Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2014 FBO #4446
SOURCES SOUGHT

R -- TECHNICAL SUPPORT SERVICES FOR ASSESSMENT OF CHEMICAL HAZARDS ASSOCIATED WITH OIL AND HAZARDOUS MATERIALS RELEASES - Draft Statement of Work

Notice Date
1/24/2014
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
NCNR0000-14-00190
 
Archive Date
3/14/2014
 
Point of Contact
Sharon Kent, Phone: 206-526-4516
 
E-Mail Address
Sharon.S.Kent@noaa.gov
(Sharon.S.Kent@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work for Sources Sought NOTICE: THIS IS A REQUEST FOR INFORMATION ONLY. The National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division (WAD), is conducting a market research to determine the existence of viable contractors capable of providing the necessary services. Additionally, the responses received from this notice will also assist the Government in determining the extent of all firms, large, small, and the socio-economic market, that are qualified business concerns with the capabilities of providing the National Ocean Service (NOS), Office of Response and Restoration (ORR) with the services described below. The purpose of this contract will be to provide assessment of chemical hazards associated with oil and hazardous materials releases. Assessing the fate and effects of chemicals spilled or released into the environment requires multi-disciplinary scientific knowledge and experience. In addition to strong chemistry background, the contractor must be able to provide professional scientific consultation that combines chemistry with relevant physical and biological sciences. The work primarily occurs in coastal regions of the United States and its territories. However, the contractor shall be prepared to perform work internationally if required. See the attached “Draft Statement of Work (SOW)” for requirements and minimum qualifications. It is anticipated that an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract may be awarded as a result of any solicitation issued for this project. The period of performance will be one base period (approximately July 1, 2014 through June 30, 2015) with four one-year option periods. The North American Industry Classification Code (NAICS) is 541990 with a size standard of $14M. All contractors doing business with the Government are required to be registered with the System for Award Management (SAM). NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice. Firms with the capabilities to perform the work shall submit a written response. The response shall not to exceed 20 single spaced typed pages, 12 font size. Attachments will not be considered as part of the 20 pages. The response shall include, but is not limited to: 1. Contractor's name, address, point of contact, telephone number, DUNS Number, Cage Number, business type, socio-economic status and size, i.e., small, large, non-profit, educational, contractor's General Services Administration, Federal Supply Schedule (GSA, FSS) contract number (if applicable), etc. 2. Documentation to support the contractor's personnel capability, experience, expertise and the personnel qualifications that meet or exceed the minimum qualifications listed in the attached draft SOW in addition to the organizational capabilities to meet the requirements herein, 3. Brief description of previous and current contracts performed within the past three years which are similar in scope to the requirements listed herein, including a reference name of Government or commercial organization, contract number, point of contact name and phone number or email address, and short description of the services provided and software used. 4. List the names and business size of any potential teaming arrangement and/or subcontractors. The response should be in sufficient detail to permit evaluation and consideration by the Government. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor's information. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. The information received will be considered solely for the purpose of determining whether to conduct a competitive procurement, to restrict the project to small businesses, a socio-economic group, or to GSA, FSS contractors. Any response that does not include this information will not be considered. The Government will review each response to determine if the contractor has the experience, knowledge, and capability to perform the services as specified above. Detailed information must be submitted by email to the address noted below by 2:00 PM local Seattle time (PST), February 7, 2014. Email Address: Sharon.S.Kent@noaa.gov. Questions of any nature must be addressed in writing to the email address noted above as NO TELEPHONE INQUIRIES WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/NCNR0000-14-00190/listing.html)
 
Place of Performance
Address: U.S. and territories, United States
 
Record
SN03273562-W 20140126/140124233836-8508ba4fffdff697a889952637462ac7 (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.