Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2011 FBO #3535
SOLICITATION NOTICE

V -- Vessel Charter Service for Reconnaissance in Cook Inlet, Alaska - NCNT0000-11-03398-SOW

Notice Date
7/28/2011
 
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
NCNT0000-11-03398
 
Archive Date
8/26/2011
 
Point of Contact
Sandra K. Souders, Phone: 3017130833141
 
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 Reconnaissance in Cook Inlet, Alaska 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 NCNT0000-11-03398 is issued as a Request For Quotation. This acquisition is being solicited using Simplified Acquisition Procedures. 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 late August 2011, CO-OPS is planning to conduct a reconnaissance of tidal currents in Northern Cook Inlet, The Forelands, and Kachemak Bay. Reconnaissance includes determining the latitude, longitude and depth of the proposed locations; taking video and/or a bottom grab sample to identify bottom type; measuring salinity and temperature; and determining obstructions/hazards to deploying current meters in these locations. To conduct this reconnaissance work, CO-OPS requires the services of a vessel, captain and crew to be available for five days, with an optional sixth day, from August 25-31, 2011. Details regarding this requirement are listed in the attached Statement of Work entitled "Vessel for Reconnaissance in Cook Inlet, Alaska". The resulting purchase order shall be awarded on a firm fixed price. The award shall be made on a best value basis. The best value evaluation factors include the following: 1) Approach - Effectively meeting the requirements; 2) Past Performance - Includes relevant experience which describes at least two (2) relevant projects performed in the last two years and quality of 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) - Superior or first class; Good (G) - Acceptable, Beneficial and worthwhile; sound and valid; Poor (P)-Fails to meet two or more requirements; Unsatisfactory (U) - Not acceptable, not adequate to carry out. Incomplete quotes will not be evaluated or considered. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will 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. FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.222-41, Service Contract Act; and FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. All responsible sources that can meet the requirements and provide the items as outlined above may respond to this solicitation by submitting a proposal addressed to Sandra.K.Souders@noaa.gov, to be received no later than August 11, 2011at 11:00am local time. The Government reserves the right to make one award or no award at all as a result of this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCNT0000-11-03398/listing.html)
 
Record
SN02513920-W 20110730/110728235502-7dddf19fa5e93324fd0f331b85911e3c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.