SOLICITATION NOTICE
R -- FACILITATION OF VOLUNTEER AND DOCENT RECRUITMENT, TRAINING, SCHEDULING AND RETENTION AT THE MONTEREY BAY NATIONAL MARINE SANCTUARY (MBNMS)
- Notice Date
- 8/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- NCND6022-11-03393srg
- Archive Date
- 8/26/2011
- Point of Contact
- Suzanne A Romberg-Garrett, Phone: 303-497-5110
- E-Mail Address
-
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION FACILITATION OF VOLUNTEER AND DOCENT RECRUITMENT, TRAINING, SCHEDULING AND RETENTION AT THE MONTEREY BAY NATIONAL MARINE SANCTUARY (MBNMS) (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NCND6022-11-03393SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This solicitation is being issued as unrestricted. The associated NAICS code is 541990. The business size standard is $7.0M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - FACILITATION OF VOLUNTEER AND DOCENT RECRUITMENT, TRAINING, SCHEDULING AND RETENTION AT THE MONTEREY BAY NATIONAL MARINE SANCTUARY (MBNMS) (VI) Description of requirements is as follows: See attached statement of work which applies to requirement. (VII) Period of performance shall be Date of Award for 12 months: (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following: Evaluation will be based on 1) Past Performance and Qualifications: The quote shall included at least two references including the phone number, full address and email and contractor's past performance will be based on technical capabilities and past experience as listed below and 2) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis. Past Performance and Qualifications of vendor for evaluation: 1. Academic background, at the graduate level or equivalent, and proven experience as a docent coordinator and a facility management and I.T. Technician for a marine science, marine and estuarine resource management and coastal management program. 2. Five years of experience working with volunteer and interpretive programs and experience working in an interpretive center. 3. Knowledge of physical and biological sciences, laws, regulations, programs, guidelines and educational approaches related to environmental management and policy. 4. Strong interpersonal skills, and ability to motivate individuals. Able to attend to details, effectively prioritize a variety of competing tasks under strict timelines and meet multiple deadlines and approval processes. Demonstrated ability to manage project teams. Requires excellent verbal and written communication skills. Must also demonstrate proficiency in Microsoft Word, Excel, and PowerPoint. 5. Knowledge of related marine science, economic, cultural and institutional issues in the Central California Coastal region. 6. Knowledge of physical and technical related aspects to maintain a facility and knowledge of federal policy related to building maintenance. 7. Ability to develop recommendations, prepare clear and well-organized written reports and represent office policies in public arenas. 8. Ability to supervise contractual activities, perform procurement, and obtain supplies and materials required for the specified duties. 9. Ability to assess problems and recommend policies and actions and skill in originating new approaches or adapting existing approaches to develop and carry out projects. The Government intends to award a firm-fixed price purchase order on an all or none basis and please provide documentation or define your level of expertise for the above evaluation critiria. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (38)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html (End of Clause) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.217-8, Option to Extend Services (Nov 1999) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr. 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 4:30 P.M. Mountain Standard Time on August 25, 2011. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett through email Suzanne.Garrett@NOAA.gov. The fax number is (303) 497-7719. (XVI) Any questions or inquiries regarding this solicitation should be directed to the following three persons: Suzanne Romberg-Garrett through email Suzanne.Garrett@NOAA.gov no later than 4:30 p.m. MST, August 22, 2011.   Statement of Work Monterey Bay National Marine Sanctuary Visitor Center Operations & Program Coordination NCND6022-11-03393 SUMMARY The central deliverables for this contract are serving the need of the Monterey Bay National Marine Sanctuary's two visitor centers, the Coastal Discovery Center in San Simeon and the Sanctuary Exploration Center in Santa Cruz. The CDC is a joint collaboration with California State Parks, and the Exploration Center is a joint collaboration with the City of Santa Cruz. Both sites are located in central California. BACKGROUND The Monterey Bay National Marine Sanctuary (MBNMS) provides resource protection through management, research, and education programs that foster public understanding and stewardship of this nationally significant marine ecosystem. The contractor will be responsible for the implementation or completion of strategies and activities outlined in this document and the expected products. SCOPE OF WORK The purpose of the contract is to conduct the following services in support of the Coastal Discovery Center (CDC) in San Simeon and the Sanctuary Exploration Center (SEC) in Santa Cruz, CA including (1) Facilitation of Volunteer and Docent Recruitment, Training, Scheduling and Retention (2) Visitor Programming Curriculum Development, (3) Facility Operations and Maintenance. 1. Facilitation of Volunteer and Docent Recruitment, Training, Scheduling and Retention The task includes the training and educating visitor center volunteers and interpretive docents to prepare them for duty at Coastal Discovery Center and Santa Cruz Exploration Center in accordance with NOAA volunteer protocols and guidelines. The 2-day docent training for the Coastal Discovery Center occurs bi-annually and requires 6 weeks of lectures and field enrichments during the year. The Sanctuary Exploration Center is opening in fall of 2011, and will have a similar training program and schedule once docents are recruited. Services rendered will include marketing to the local Santa Cruz community to encourage docent sign ups, and designing and implementing a successful docent training and retention program. Services will include coordinating docent enrichments and appreciation events, as well as assisting with training of annual volunteer monitoring programs based in the southern region (Snapshot Day, Beach COMBERS), and organizing and coordinating current volunteer monitoring in the southern region including Snapshot Day, Coastal Cleanup Day, Earth Day, and special event days (at both visitor centers). Deliverables a. Written marketing plan for docent recruitment within San Simeon/San Luis Obispo and Santa Cruz regions b. Updated docent training manual for CDC and draft one manual for Sanctuary Exploration Center c. Written and oral recommendations to Center Director to ensure that docent training plans include outputs and evaluations that are measurable and align with NOAA's education and outreach strategies and milestones. d. Written and oral communications with key CDC and SEC partners and potential community collaborators e. Monthly enrichment classes for existing volunteers, organizes and maintains volunteer records and organizes annual appreciation events f. Bi-annual training sessions for new volunteers that include expert lectures and PowerPoint Presentations for meetings g. Written suggestions and feedback for future direction docent training h. Safe and effective volunteer monitoring programs are implemented with standardized protocols and data to be added to a ten-year database of information. 2. Visitor Programming Curriculum Development This task includes facilitation of the three main areas of visitor programming - Visitor Interpretive Programs, School Programs and Outreach. It includes the CDC and SEC exhibits, staff and volunteers giving onsite presentations, and written materials or handouts. Visitors to the Centers will learn about the Sanctuary and related marine resources as they walk through the facilities and read, listen, and watch the different media included in the exhibits. The goal of the visitor interpretive program is to cultivate knowledge and interest in the marine environment and its conservation and preservation. Also included in this program will be opportunities for visitors to participate in interpretive walks and wildlife viewing along the coast, beaches and at the two city wharves. Deliverables a. Written visitor experience plan for CDC and SEC programming that is tailored for the general public when they visit each facility. Each visitor experience is slated to last for approximately 45-60 minutes in length. b. Standardized volunteer training materials for visitor programs c. Continual monitoring for trends and evaluate visitor use at each Center d. Guided tours that are tailored for adult and youth audiences e. K-12 school program curriculum with activities and pre and post lesson planning f. Evaluations for each program 3. Facility Operations and Maintenance This task includes maintaining the technical aspects of the exhibits and the infrastructure of the buildings including IT network, exhibits, aquaria, offices spaces and equipment. Services will require close collaboration with MBNMS operations team, State Parks, and City of Santa Cruz. Deliverables a. Written maintenance plan to include the daily, monthly, and annual maintenance requirements to ensure the building is maintained efficiently and safely. Equipment specifications and maintenance schedules along with janitorial services, fire security and building maintenance such as staining the wood exterior, HVAC regular maintenance and other building upkeep should be identified in this plan. b. Written documents as required for maintaining and procuring operational equipment and supplies within guidelines and budget. c. Written reports on status of IT network and technical exhibits that utilize video and computer elements. d. Written report and oral communications on deterioration of or damage to the Visitors Centers interpretive exhibits and facility infrastructure. e. Reports from a monitoring program to ensure that the related L.E.E.D. aspects of the SEC facility are appropriately functioning. REQUIRED EXPERIENCE AND SKILLS 10. Academic background, at the graduate level or equivalent, and proven experience as a docent coordinator and a facility management and I.T. Technician for a marine science, marine and estuarine resource management and coastal management program. 11. Five years of experience working with volunteer and interpretive programs and experience working in an interpretive center. 12. Knowledge of physical and biological sciences, laws, regulations, programs, guidelines and educational approaches related to environmental management and policy. 13. Strong interpersonal skills, and ability to motivate individuals. Able to attend to details, effectively prioritize a variety of competing tasks under strict timelines and meet multiple deadlines and approval processes. Demonstrated ability to manage project teams. Requires excellent verbal and written communication skills. Must also demonstrate proficiency in Microsoft Word, Excel, and PowerPoint. 14. Knowledge of related marine science, economic, cultural and institutional issues in the Central California Coastal region. 15. Knowledge of physical and technical related aspects to maintain a facility and knowledge of federal policy related to building maintenance. 16. Ability to develop recommendations, prepare clear and well-organized written reports and represent office policies in public arenas. 17. Ability to supervise contractual activities, perform procurement, and obtain supplies and materials required for the specified duties. 18. Ability to assess problems and recommend policies and actions and skill in originating new approaches or adapting existing approaches to develop and carry out projects. TRAVEL AND OTHER DIRECT COSTS Limited travel and other direct costs will be reimbursed not to exceed $3,000. PERIOD OF PERFORMANCE Period of performance is 12 months from date of award IT SECURITY REQUIREMENTS The contractor is required to meet the DOC IT Security Program Policy (http://home.commerce.gov/CIO/ITSITnew/IT_Security_Program_Documentation.html). The government will provide the necessary computer equipment and information to perform this contract. All work must be performed upon government furnished equipment and if addition hardware and/or software is needed, the contractor must request the additional requirements from the Contracting Officer Representative (COR). The contractor must use government furnished equipment (GFE), which is currently covered by an existing government Certification and Accreditation (C&A) package. The Certification and Accreditation (C&A) requirements of Clause 48 CFR 1352.239-72 do not apply, and a Security Accreditation Package is not required. The contractor must consider IT Security controls throughout the lifecycle of this contract as outlined in NIST Special Publication 800-64 (http://csrc.nist.gov/publications/nistpubs/800-64-Rev2/SP800-64-Revision2.pdf). The contractor shall guarantee strict confidentiality of the information/data that it is provided by the Government during the performance of the task order. The Government has determined that the information/data that the contractor will be provided during the performance of the task order is of a sensitive nature. Disclosure of the information/data, in whole or in part, by the contractor can only be made after the contractor receives prior written approval from the Contracting Officer. Whenever the contractor is uncertain with regard to the proper handling of information/data under the contract, the contractor shall obtain a written determination from the Contracting Officer. Knowledge Transfer The contractor shall provide, as necessary, periodic training whenever the contractor introduces new processes, new technology or when the contractor changes existing processes or technology. All processes and technology changes must be thoroughly documented. It is the responsibility of the contractor to mentor government identified personnel regarding the new or changed process or technologies. When there is a transition within the contractor's staffing, the contractor shall be responsible for ensuring the incoming personnel is fully versed on any outstanding project deadlines, roles and responsibilities before the new person arrives on the job. In the case of when the services of the contractor is no longer required, the contractor shall begin the knowledge transfer to government personnel or its designated representative at least three weeks before the final contract termination date. Restrictions Against Disclosure The contractor agrees, in the performance of this contract, to keep the information furnished by the Government and designated by the Contracting Officer or Contracting Officer's Technical Representative in the strictest confidence. The contractor also agree not to publish or otherwise divulge such information in whole or part, in any manner or form, nor to authorize or permit others to do so, taking such reasonable measures as are necessary to restrict access to such information while in the contractor's possession, to those employees needing such information to perform the work provided herein, i.e., on a "need to know" basis. The contractor agrees to immediately notify the Contracting Officer in writing in the event that the contractor determines or has reason to suspect a breach of this requirement. The contractor agrees that it will not disclose any information described in performance of this activity to any persons or individual unless prior written approval is obtained from the Contracting Officer. Whenever the contractor is uncertain with regard to the proper handling of information/data under the contract, the contractor shall obtain a written determination from the Contracting Officer. The Contractor agrees to insert the substance of this clause in any consultant agreement or subcontract hereunder. COR Dave Lott NMSP/WCR 99 Pacific Street Ste 200K Monterey, CA 93940 831-647-1920x103
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NCND6022-11-03393srg/listing.html)
- Place of Performance
- Address: MONTEREY BAY NATIONAL MARINE SANCTUARY, 299 FOAM STREET, SUITE D, MONTEREY, California, 93940, United States
- Zip Code: 93940
- Zip Code: 93940
- Record
- SN02532476-W 20110814/110812235655-9cea9126b64d29ae4d92d952c4fd22b8 (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 |