Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2013 FBO #4288
SOLICITATION NOTICE

R -- MONTEREY BAY NATIONAL MARINE SANCTUARY VOLUNTEER COORDINATOR - CLAUSES

Notice Date
8/19/2013
 
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
NCND6022-13-01269DT
 
Archive Date
8/30/2013
 
Point of Contact
Doris P Turner, Phone: 303-497-3872
 
E-Mail Address
doris.p.turner@noaa.gov
(doris.p.turner@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
SF-18 CLAUSES MONTEREY BAY NATIONAL MARINE SANCTUARY VOLUNTEER COORDINATOR (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 NCND6022-13-01269DT. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 541990. The small business size standard is $14.0 million. (V) This combined solicitation/synopsis is for purchase of the following commercial service: Line Item 0001. Services, non-personal, to provide a coordinator of volunteers for the water quality consortium as specified in the statement of work. (VI) Description of requirements is as follows: SUMMARY Monterey Bay National Marine Sanctuary (MBNMS) requires services to coordinate the monitoring of water quality by multiple volunteer groups in the region by the Sanctuary Citizen Watershed Monitoring Network (Network). The Network is a consortium of citizen monitoring groups that monitor the health of the watersheds flowing into the MBNMS. It was established in 1998 and provides support, training, and a central forum for citizen monitoring programs. BACKGROUND MBNMS provides protection of marine resources through research, education and resource management to foster public understanding and stewardship of this nationally significant marine area. Services will coordinate, conduct and enhance recruitment, training, and sampling of water quality by volunteer groups as part of the Network. Coordination efforts will enhance data entry methods, data management, and distribution of data results to the public and resource managers, and collaboration with local partners to use and follow up on data results to improve water quality. STATEMENT OF WORK Task 1. Coordination of the Monterey Bay Sanctuary Citizen Watershed Monitoring Network a. Coordination of Snapshot Day which is a sanctuary-wide water quality monitoring event in which over 150 waterbodies are monitored by 200 trained volunteers to assess the health of the streams. b. Coordination of the First Flush water monitoring event which occurs during the first major storm of the winter season. Water samples are collected from storm drain outfall pipes and sent to a laboratory for analysis of common urban runoff pollutants. c. Provide regular trainings for Network events and watershed groups. Deliverables a. Two Snapshot Day trainings in Monterey and Cambria b. One Urban Watch classroom training and monthly field "hands on" oversight c. Two First Flush trainings d. On call - One-on-one assistance/training for individuals and watershed groups e. Periodic lectures/trainings at schools and for science fair projects or homeowner associations, etc. Task 2. Network Data Entry and Management a. Work with local jurisdictions and agencies to make use of the data, including: - Producing reports or summaries for Snapshot Day and First Flush - Following up with cities on areas of concern where further investigation is warranted - Identifying and pursuing sources of funding to execute additional monitoring when needed - Conducting upstream monitoring when conditions warrant and funding is available - Providing data to identify appropriate best management practices and educational opportunities - Act as a liaison to State and Federal resource agencies for volunteer monitoring on the Central Coast b. Coordinate with volunteer groups on database access and data entry procedures and with the Sanctuary Integrated Monitoring Network (SIMoN) and the Regional Water Quality Control Board on data upload procedures Deliverables a. Written annual reports for Snapshot Day and First Flush b. Two small grants submitted ($15K or less) Task 3. Network Media and Outreach • Develop media documents and articles to publicize events and enhance outreach to the community • Update MBNMS website with events, data and program information • Collaborate with Network partners on monitoring activities, development of reports, and acquiring additional resources to fund programs. Hold quarterly Steering Committee meetings to review and plan network activities. Deliverables a. Written articles and updated web pages b. Hold four committee meetings Task 4. Network Expansion • Encourage and support new water quality monitoring programs throughout the sanctuary watersheds • Assist in MBNMS Water Quality Protection Program (WQPP) and Sanctuary Integrated Monitoring Network (SIMoN) issues and activities. Encourage more programs to upload information into the SIMoN website Deliverables a. Additional programs are added to Network REQUIRED KNOWLEDGE AND EXPERIENCE 1. B.S. degree in natural sciences (chemistry, biology, environmental science or similar) with experience in water quality, data analysis and statistics 2. Proficient knowledge of urban and rural water quality issues in the central coast of California region 3. Prefer 5 years of experience with recruiting, coordinating and supervising volunteers in water quality sampling 4. Ability and proven experience in effectively communicating with public and resource managers regarding water quality issues 5. Experience in working with scientific community on regional compilations of water quality data and enhancing database management 6. Experience in seeking and developing resources and partnerships to strengthen volunteer water quality monitoring programs TRAVEL AND OTHER DIRECT COSTS Limited travel and other direct costs will be reimbursed not to exceed $500. Travel expenses shall be reimbursed for actual cost incurred, not to exceed per diem and lodging expenses in accordance with federal travel regulations. Contractor shall provide receipts for actual reimbursement. Contractor will have access to a government vehicle, as needed for work. IT SECURITY REQUIREMENTS The Certification and Accreditation (C&A) requirements of 48 CFR 1352.239-73 do not apply, and a Security Accreditation Package is not required. 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 additional hardware and/or software is needed, the Contractor must request the additional requirements from the Government contact. The contractor will be using government furnished equipment (GFE), which is currently covered by an existing government Certification and Accreditation (C&A) package. (VII) The period of performance shall be twelve months from date of award. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (July 2013), applies to this acquisition. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. Provide all evaluation criteria in accordance with 52.212-2. • Technical - Meet all the requirements specified in the statement of work with supporting documentation. • Past Performance - quote shall include at least two references that can provide information pertaining to the offeror's performance of relevant work. Provide current contact information including name, phone number, and email address. Past performance will be rated on the offeror's past performance on related contracts on quality, timeliness of delivery of goods and services, communications between contracting parties, and customer satisfaction. • Price. 1352.215-72 Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Doris Turner either through email Doris.P.Turner@noaa.gov or faxed to 303-497-3163 no later than 4:00 p.m. MST, August 26, 2013. (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: The Government intends to award a firm-fixed price purchase order on an all or none basis. Evaluation will be based on: TECHNICAL CAPABILITY EVALUATION: Offerors will be evaluated on their proposed technical approach and how they plan to meet the specified requirements. PAST PERFORMANCE EVALUATION: The Government will conduct a performance assessment based on the quality of the past performance of the Contractor on similar contracts as it relates to the probability of successful accomplishment of the required effort. Information utilized may be obtained from the references listed in the proposal, other customers known to the Government, and/or others who may have useful and relevant information. The Offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services and customer satisfaction. The Government reserves the right to assess the past performance of proposed subcontractors, if applicable. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency's knowledge of contractor performance, other Government agencies or commercial entities, or past performance databases. BASIS FOR PRICE EVALAUTION Pricing will be reviewed for fairness and reasonableness. Evaluation of offer(s) will be in accordance with FAR Part 12.602, FAR Part 13.106, and as prescribed in FAR 52.212-2 Evaluation - Commercial Items (Jan 1999). (X) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Aug 2013) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2013), with its quote. SEE ATTACHMENT. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at WWW.SAM.GOV. Please note that the System for Award Management (SAM) is now the official U.S. Government system that consolidated the capabilities of CCR/RedReg, ORCA, and EPLS. The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (July 2013), 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 (Aug 2013) applies to this acquisition (See Attachment). (XIII) The following clauses are also applicable to this acquisition: See Attachment (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 4:00 P.M. Mountain Standard Time on August 29, 2013. All quotes must be faxed or emailed to the attention of Doris Turner. The fax number is 303-497-3163 and the email address is Doris.P.Turner@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Doris Turner through the email address: Doris.P.Turner@noaa.gov or fax 303-497-3163.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NCND6022-13-01269DT/listing.html)
 
Place of Performance
Address: 99 PACIFIC STREET, BLDG 455A, MONTEREY, California, 93940, United States
Zip Code: 93940
 
Record
SN03153113-W 20130821/130819234820-304f727806151d5a3ac276c0a09dbd16 (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.