SOLICITATION NOTICE
B -- CONDUCT AN INVENTORY OF SELECTED LAND-BASED HISTORIC AND ARCHAEOLOGICAL PROPERTIES IN THE MAIN EIGHT HAWAIIAN ISLANDS - SF-18
- Notice Date
- 3/11/2014
- 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 Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB133C-14-RQ-0217
- Archive Date
- 4/11/2014
- Point of Contact
- Randall Brown, Phone: (206) 526-6226
- E-Mail Address
-
randall.w.brown@noaa.gov
(randall.w.brown@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SF18 COVER SHEET PROVIDE ALL LABOR, MATERIAL, AND EQUIPMENT NEEDED TO CONDUCT AN INVENTORY OF SELECTED LAND-BASED HISTORIC AND ARCHAEOLOGICAL PROPERTIES IN THE MAIN EIGHT HAWAIIAN ISLANDS THAT COULD BE ADVERSELY IMPACTED BY THE ALTERATION OF THE VIEW OF THE OCEAN. THE STATEMENT OF WORK IS ATTACHED. (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; quotations 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 AB133C-14-RQ-0217. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, dated 30 January 2014. (IV) This solicitation is total small business set aside. The associated NAICS code is 541990. The small business size standard is $14 million/year. (V) This combined solicitation/synopsis is for purchase of the following commercial services: Line Item 0001 - Provide all labor, material, and equipment needed to conduct independent research at the Hawaii State Historic Preservation Division and related collections to develop a report and digital file of terrestrial properties that could be visually affected from offshore renewable energy siting. Statement of work is attached below. (VI) Description of requirements is as follows: See attached Statement of Work. (VII) Period of performance shall be date of award through 12 months after date of award. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (JUL 2013), applies to this acquisition. The offerer will submit a quotation for the items in Section (V). 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 quoter. In addition to written price quotes, offers are instructed to provide: 1. Quotes shall be fully executed and returned on the Standard Form (SF) 18 and any acknowledgements of solicitation amendments on the SF 30. 2. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable and can be sent to randall.w.brown@noaa.gov. 3. At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number 4. Provide all evaluation criteria in accordance with 52.212-2 in this package. 5. Complete and return Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) with quote. QUOTERS ARE URGED AND EXPECTED TO INSPECT THE SITE WHERE SERVICES ARE TO BE PERFORMED AND TO SATISFY THEMSELVES REGARDING ALL GENERAL AND LOCAL CONDITIONS THAT MAY AFFECT THE COST OF CONTRACT PERFORMANCE, TO THE EXTENT THAT THE INFORMATION IS REASONABLY OBTAINABLE. IN NO EVENT SHALL FAILURE TO INSPECT THE SITE CONSTITUTE GROUNDS FOR A CLAIM AFTER CONTRACT AWARD. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and factors in paragraph VIII of the statement of work, and will award a firm fixed-price purchase order award with payment terms of Net 30. The Government will award a contract 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. Evaluation will be based on the evaluation factors in paragraph VIII of the statement of work. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (X) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Nov 2013) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. (a) Definitions. As used in this provision- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Inverted domestic corporation", as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874. "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. "Sensitive technology"- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service- connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Subsidiary" means an entity in which more than 50 per- cent of the entity is owned- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs _____________________ [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it ❏ is, ❏ is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it ❏ is, ❏ is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it ❏ is, ❏ is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it ❏ is, ❏ is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it ❏ is, ❏ is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women- owned small business concern in paragraph (c)(5) of this pro- vision.] The offeror represents that- (i) It ❏ is,❏ is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It ❏ is, ❏ is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture:.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that- (i) It ❏ is, ❏ is not an EDWOSB concern, has pro- vided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It ❏ is, ❏ is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture:.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. NOTE: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it ❏ is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first- tier subcontractors) amount to more than 50 percent of the contract price:_____________________ (10) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjust- ment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either- (A) It ❏ is, ❏ is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the SAM Dynamic Small Business Search database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It ❏ has, ❏ has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) ❏ Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture_______________________.] (11) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that- (i) It ❏ is, ❏ is not a HUBZone small business con- cern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It ❏ is, ❏ is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(11)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: _______________________________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246-(1) Previous contracts and compliance. The offeror represents that- (i) It ❏ has, ❏ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It ❏ has, ❏ has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that- (i) It ❏ has developed and has on file, ❏ has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It ❏ has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act-Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item" "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (2) Foreign End Products: Line Item No.Country of Origin [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act-Free Trade Agreements- Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No.Country of Origin _________________________________ [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No.Country of Origin _________________________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals- (1) ❏ Are, ❏ are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) ❏ Have, ❏ have not, within a three-year period pre- ceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) ❏ Are, ❏ are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) ❏ Have, ❏ have not, within a three-year period pre- ceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed end products. Listed End ProductListed Countries of Origin _________________________________ (2) Certification [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) ❏ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ❏ Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] [ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror ❏ does ❏ does not certify that- (i)The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii)The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii) for the maintenance, calibration, or repair of such equipment; and (iii)The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ] (2) Certain services described in FAR 22.1003-4(d0(1). The offeror ❏ does ❏ does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(C)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). ❏TIN: ❏TIN has been applied for. ❏TIN is not required because: ❏ Offeror is a nonresident alien, foreign corporation, or a foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; ❏Offeror is an agency or instrumentality of a foreign government; ❏Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. ❏ Sole proprietorship; ❏ Partnership; ❏Corporate entity (not tax-exempt); ❏Corporate entity (tax-exempt); ❏Government entity (Federal, State, or local); ❏Foreign government; ❏International organization per 26 CFR 1.6049-4; ❏Other. (5) Common parent. ❏Offeror is not owned or controlled by a common parent; ❏Name and TIN of common parent: Name _. TIN _. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations.(1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874. (2) Representation. By submission of its offer, the offeror represents that- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall e-mail questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (2) Representation and Certifications. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror- (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and (iii)Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,000 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (End of provision) 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 (Sep 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 (Jan 2014) applies to this acquisition. The following clauses under subparagraph (b) apply: (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (14) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (28) 52.222-3, Convict Labor (June 2003) (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (31) 52.222-26, Equal Opportunity (Mar 2007) (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (XIII) The following additional FAR terms and conditions are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html (End of provision) 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates on 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/ (End of Clause) 52.204-7 System for Award Management (Jul 2013) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representations (May 2011) 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.217-5, Evaluation of Options (July 1990) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.237-1 Site Visit (Apr 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.208-9 Contractor Use of Mandatory Sources of Supply or Services (Oct 2008) 52.228-5 Insurance-Work on a Government Installation (Jan 1997) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) (a) Upon receipt of accelerated payments from the Government, the contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of clause) 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (Apr 1984) DEPARTMENT OF COMMERCE CLAUSES: For a full text of clauses, please refer to: http://www.ecfr.gov/cgi-bin/text-idx?c=ecfr&sid=982355beb3082d26423318a148c19c0c&rgn=div5&view=text&node=48:5.0.6.43.1&idno=48 1352.201-70, Contracting Officer's Authority (Apr 2010). 1352.209-73 Compliance with the Laws (Apr 2010) 1352.209-74 Organizational Conflict of Interest (Apr 2010) 1352.237-71 Security Processing Requirements - Low Risk Contracts (April 2010) 1352.215-72 Inquiries (Apr 2010) Offerors must submit all questions concerning this solicitation in writing to randall.w.brown@noaa.gov. Questions should be received at least 10 days prior to closing date for quotes. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) 1352.233-70 Agency Protests (Apr 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: Kate Steff Western Acquisitions Division 7600 Sand Point Way N.E. Seattle, WA 98115-6349 FAX: 206-527-6940 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: Barry Berkowitz Senior Procurement Executive and Director, Office of Acquisition Management U.S. Department of Commerce Room 6422 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington DC 20230 FAX: 202-482-1711 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.233-71 GAO and Court of Federal Claims protests (Apr 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.270-70 Period of performance (APR 2010) (a) The base period of performance of this contract is 12 months from date of award. If an option is exercised, the period of performance shall be extended through the end of that option period. (b) The option periods that may be exercised are as follows: Period Start Date End Date Option Year 1 N/A Option Year 2 N/A Option Year 3 N/A The notice requirements for unilateral exercise of option periods are set out in FAR 52.217-9. (End of clause) (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 March 27, 2014. All quotes must be E-mailed or faxed to the attention of Randall Brown. The E-mail address is randall.w.brown@noaa.gov and the fax number is (206) 527-5848. (XVI) Any questions regarding this solicitation should be directed to randall.w.brown@noaa.gov or by fax at (206) 527-5848.   STATEMENT OF WORK NCNM7000-14-00282 Inventory of Terrestrial Properties for Assessment of Marine View Sheds on the Main Eight Hawaiian Islands I.BACKGROUND NOAA's Office of National Marine Sanctuaries (ONMS), established in 1972 by the National Marine Sanctuaries Act (NMSA), is administered by the National Oceanic and Atmospheric Administration (NOAA) and protects a network of 14 special marine and freshwater areas. The goal of the NMSA is to set aside and manage areas for resource protection, research, enhanced public education, and compatible public and private uses. Within ONMS, the Maritime Heritage Program (MHP) focuses on maritime heritage within designated national marine sanctuaries, assists states and partner agencies in heritage resource management issues, and also promotes maritime heritage education and appreciation throughout the entire nation. The ONMS collaborates with indigenous cultures nationwide to enhance awareness of our Nation's marine resources and maritime heritage. Understanding the types and locations of significant archaeological and cultural resources is essential to their preservation and consideration during planning for offshore renewable energy development. This includes, among others, resources and areas important to the cultural history of the Hawaiian Islands, as well as resources and areas important to contemporary Native Hawaiian communities. As planning and development for offshore renewable energy projects increases, the potential for impacts to marine and terrestrial archaeological, cultural, and historical resources, will increase as well. These impacts can include physical disturbances to archaeological sites, burial grounds, and historic and traditional cultural properties. Certain cultural and archaeological properties on shore are significant in part for their view shed of the ocean, and these view sheds can be impacted by the offshore siting of renewable energy development. ONMS requires a contractor to complete an inventory of selected terrestrial archaeological properties on the eight main Hawaiian Islands that could be affected visually by offshore renewable energy siting. This information is necessary under Section 106 of the National Historic Preservation Act, which requires federal agencies to consider mitigation of impacts to specific properties that may be affected by a federal undertaking. The information will also be used to support reviews under NEPA and other federal laws. II.OBJECTIVES Conduct a document-based inventory of selected land-based historic and archaeological properties in the main eight Hawaiian Islands that could be adversely impacted by the alteration of the view of the ocean. Selected properties are defined by criteria from the National Register of Historic Places. Properties must be eligible for or listed on the Register, gaining significance in part from their view shed of the ocean. Work will include: •Identify the NRHP listed and eligible historic and archaeological properties - these would be limited to those properties that have a reasonable view of the ocean from normal areas of access. A reasonable view of the ocean means that no special effort must be made to see the ocean (e.g., removal of trees or buildings); normal area of access means that no special effort is required to access the offshore view shed (e.g., standing on the roof of a structure, climbing nearby trees; etc.). •Identify those properties where the view or view shed is a justification for the listing, i.e. those properties that would be impacted by an offshore facility within the view shed. •Create a standardized profile for each location incorporating the relative information that could be accessed through a GIS interface provided on government equipment. These data must include, but are not limited to: site trinomial, locational coordinates (include the coordinate system used to record the site and converted geographic NAD 83 coordinates in decimal degrees to at least six decimal places), site size, basic description, date range, cultural affiliation, National Register status (either nominated, eligible, contributing, district, etc.). •Submit status reports to ONMS at the end of each calendar month and include a brief discussion of completed tasks, sample draft products where relevant, status of product development and upcoming events. This report will discuss any problems or set-backs, as well as potential solutions. •Compile inventory data in standardized format, including any existing photos of the locations that may be publicly available, so that it may easily be loaded by the Government later into a GIS project that allows for information about each site to be accessed. •Summarize all data collected during the course of the project and produce a narrative report that documents the efforts made. This report will be made available to the public and will contain only non-sensitive information. The report will include a discussion of the repositories examined, methodology used during the investigation, and discussion of the selected properties within the project area. III. DELIVERABLES The contractor will conduct independent research at the Hawaii State Historic Preservation Division and related collections to develop a report and digital file of terrestrial properties that could be visually affected from offshore renewable energy siting. The data to be collected will include historic and archaeological information related to all properties, including those properties nominated to or eligible for listing, on the National Register of Historic Places (NRHP). The following information, as well as any other pertinent information to meet the objectives of the study, shall be included: •Interim progress and final reports that include, among other things, description of all archival research efforts, methodologies, analysis, translations and transcriptions from Hawaiian language sources; •Digital copies of all archival raw data and notes; •Digital tabular report of findings. IV. TIMELINE AND INVOICE SCHEDULE •Monthly reports due with invoices; •Interim report due 6 months after award date; •Final report due 12 months after award date Invoices must be submitted monthly. V.IT SECURITY The Certification and Accreditation (C&A) requirements of 48 CFR 1352.239-73, Security Requirements for Information Technology Resources apply, and a Security Accreditation Package is not required. The contractor will work offsite with government furnished equipment. All government furnished equipment will be returned to ONMS at the completion of the project. VI. COR AND INVOICE ADDRESS Nancy Daschbach Office of National Marine Sanctuaries 726 South Kihei Road Kihei, Hawaii 96753 1-800-831-4888 808-874-3815(F) VII.MINIMUM QUALIFICATIONS The contractor must demonstrate at least 5 years in past performance accomplishing similar tasks as outline in objectives and deliverables. The contractor's key project personnel must be identified and possess sufficient and specialized experience and skills in the following areas: •Possess graduate degree (PhD or equivalent preferred) in environmental studies, history, cultural resource management, or related field; •At least five years' experience in cultural resource management; •At least five year's experience working with State and federal agencies, including familiarity with the Hawaii State Historic Preservation Division and the NOAA's Office of National Marine Sanctuary public planning and resource management processes; •Experience in historical, archaeological, and cultural archival research; •Expert proficiency with Native Hawaiian language and translation from Hawaiian to English; •Experience in federal cultural resource preservation laws and resource assessments (e.g. NHPA section 106 and NEPA processes); VIII. PROPOSAL EVALUATION AND AWARD BASIS A.Evaluation Criteria The following factors will be used to evaluate the technical quotations for determining which offers are technically acceptable. 1.Five+ years demonstrated experience and expertise in preparing a comprehensive cultural resource inventory study and analysis, particularly as it may pertain to the National Historic Preservation Act (NHPA) review process and cultural resource assessment of the National Environmental Policy Act (NEPA), including specific experience and ability to: a.Gather and analyze data required to perform an archaeological and historic properties resource inventory associated with near shore and coastline archaeological resources; b.Gather and analyze data required to assess the cultural, historic, religious, and social aspects of selected properties and apply NHPA criteria to their evaluation; c.Gather and analyze Hawaiian language data and associated data from a variety of sources; d.Communicate effectively with federal agencies and Native Hawaiian communities in the field of cultural resources and cultural resources management. 2.Past performance: record of past performance with the same or similar efforts based on examples of previous experience and demonstrated abilities. a.Technical performance: this includes performance in providing high quality data to the Government, services to industry and the public sector; b.Cost and schedule management: this includes timelines of performance and effective cost control; c.Customer Satisfaction: this includes responsiveness, cooperation and flexibility concerning customer's interests. Offerors will provide a list of three or more references of where similar work is currently performed or recently completed, telephone numbers, contact names, description of contract work, contract value, size and scope of project and duration of work. Additionally, offerors will provide information on problems encountered during the contract and the corrective action taken. A representative survey of customer satisfaction may be performed. The Offeror will submit its past performance record. The offeror's past performance will be evaluated based upon the Offeror's demonstrated past performance related to projects that are similar to the proposed statement of work. All relevant past performance will be evaluated. More relevant and more recent past performance (5 years or less) will be evaluated more favorably than less recent or less relevant past performance. Information should be limited to relevant contracts/projects of similar nature, scope, and complexity, as described in Sections II and III, Objectives, and Deliverables. NOAA may consider past performance reference information from sources beyond what the Offeror submits. The Government reserves the right to assess the past performance of proposed subcontractors. Information utilized will be obtained from the references listed in the proposal, other customers known to the Government, and others who may have useful and relevant information. Information will also be considered regarding any significant subcontractors and key personnel. Award may be made from the initial offers without discussions. However, if the Government receives negative past performance information and the Offeror has not had a previous opportunity to review the rating, the Offeror will be given an opportunity to address such unfavorable reports of past performance. Organizations with a strong history or exceptional performance will receive a high or positive rating. Organizations with a mixed performance history, or no substantial performance will receive a low or negative rating. 3.Demonstrated understanding of the project concept and schedule. 4.Demonstrated specific knowledge of NEPA, the NHPA, and related protected areas cultural resource legislation. Work in Hawaii or other Pacific Island Territories. 5.Demonstrated ability to effectively summarize, respond to and incorporate project manager and public agency comments on working drafts and other products. 6.Demonstrated ability to provide accurate English translations from Hawaiian language documents. B.Evaluation of Cost Proposals The technical quality is considered substantially more important than cost. Cost proposals will be evaluated separately from technical proposals. All technically acceptable proposals will have the cost evaluated as A) Total cost proposed, B) Cost realism, and C) Reasonableness. C.Award Basis Award will be made to the offeror whose proposal is most advantageous to the Government, cost and other evaluation factors considered. The Government reserves the right to award a contract on the basis of the initial proposals without any negotiations or call for final revisions (Best and Final offer). Offerors are urged to submit their best offer with the initial submittal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133C-14-RQ-0217/listing.html)
- Record
- SN03306974-W 20140313/140311234324-137d1badb28f67f0031e2d58d678b4ac (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 |