SOLICITATION NOTICE
V -- Vessel Charter Service for Current Meter Deployments in Cross Sound, Alaska - Vessel Charter SOW
- Notice Date
- 4/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488390
— Other Support Activities for Water Transportation
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- NCNT0000-10-08875
- Archive Date
- 4/29/2010
- Point of Contact
- Sandra K. Souders, Phone: 3017130820135
- E-Mail Address
-
Sandra.K.Souders@noaa.gov
(Sandra.K.Souders@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Vessel Charter Service for Current Meter Deployments in Crossd Sound, AK This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This solicitation is set aside exclusively for small business concerns. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number NCNT0000-10-08875 is issued as a request for quotation. The North American Industry Classification Code (NAICS) is 488390 and the Small Business Size Standard is $6.5 million. The National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), specifically the Center for Operational Oceanographic Products and Services (CO-OPS) collects tidal current information to maintain and update the predictions in U.S. Tidal Current Tables. Mariners rely on this information to plan for safe and efficient maritime transportation. In the summer of 2010, NOAA will be measuring tidal currents in the Cross Sound in the northern region of the Southeastern Alaska archipelago. Vessel support is required for both the deployment and recovery of current meters and mooring at eleven (11) stations in this region. Loading of the equipment onto the boat must occur in Seattle, WA. CO-OPS requires the services of a vessel, captain and crew to deploy the scientific instruments in Mid May 2010 and recover them in Mid August 2010. Details regarding this requirement are listed in the attached Statement of Work entitled 'Vessel for Current Meter Deployments in Cross Sound, AK 2010'. The resulting purchase order shall be a negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit; and Unsatisfactory (U) - Not acceptable, not adequate to carry out. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-39. The provisions and clauses may be downloaded at http://arnet.gov.far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to provide a written and electronic response to be received no later than noon, April 14, 2010 addressed to Sandra K. Souders, Purchasing Agent, National Oceanic and Atmospheric Administration, 1305 East West Highway, Suite 7145, Silver Spring, Maryland 20910, Sandra.K.Souders@noaa.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 81/2 -inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to twelve (12) single sided pages. Submit offers arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III - Price, firm fixed price for the required Vessel Charter Services. Each firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the firm fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCNT0000-10-08875/listing.html)
- Record
- SN02113175-W 20100407/100405235223-c93856811b88a95344cf3424c61634d0 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |