SOLICITATION NOTICE
B -- Aquaculture Development Workshop, Morocco - ADDITIONAL CLAUSES - TAX LIABILITY DOCUMENT - SSJ - STATEMENT OF WORK
- Notice Date
- 4/24/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
- ZIP Code
- 23510
- Solicitation Number
- 15-02033
- Archive Date
- 5/16/2015
- Point of Contact
- Natasha Thieman, , TAMEKA E. LONG,
- E-Mail Address
-
NATASHA.THIEMAN@noaa.gov, tameka.long@noaa.gov
(NATASHA.THIEMAN@noaa.gov, tameka.long@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK SOLE SOURCE JUSTIFICATION VENDORS ARE REQUIRED TO COMPLETE AND SUBMIT WITH PROPOSAL ADDITIONAL CLAUSES The Department of Commerce, National Oceanic and Atmospheric Administration, Eastern Region Acquisition Division, Simplified Acquisition Branch intends to contract on a sole source basis with The Marine Biological Laboratory, 7 MBL Street, Woods Hole, MA 02543. The authority for other than full and open competition is implemented by FAR 13.106-1(b)(1). The solicitation number is 15-02033. The requirement is intended to provide: Line item 001: Qty: Two (2) Workshops Undertake Activities to promote the development of sustainable mussel longline aquaculture in Morocco and provide information needed to advance development of offshore mussel aquaculture in the U.S. The performance of these contracted activities will take place remotely from Marine Biological laboratory and on-site in Morocco where the project will be undertaken. Line Item 002: Option item for additional workshops to complete project, not to exceed $27,000.00. Period of performance shall be date of award through September 30, 2015. The following provisions and clauses shall apply to this solicitation: Federal Acquisition Regulation (FAR) clauses: 52.204-13 - System for Award Management Maintenance (JUL 2013) 52.217-6, Option for Increased Quantity 52.212-5, -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (6) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (26) 52.222-3, Convict Labor, (JUN 2003) (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2014) (28) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (29) 52.222-26, Equal Opportunity, (MAR 2007) (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (39) 52.225-1, Buy American Act -- Supplies, (MAY 2014`) (42) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) (47) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management, (JUL 2013) 52.232-39, Unenforceability of Unauthorized obligations (JUN 2013) 52.232.40, Providing Accelerated Payments to Small Business Subcontractors 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, ERAD, Attn: Natasha Thieman, 200 Granby Street, 8th Floor, Norfolk, VA 23510; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230} The provisions and clauses may be downloaded at http://www.arnet.gov/far. In order to comply with the debt collection act of 1966, all contractors must be registered in the System for Award Management (SAM). Authority: 41 USC 253(c) (1). The North American Industry Classification Code (NAICS) for this acquisition is 541712 with a business size standard of 500 employees. The Product Service Code (PSC) is B516. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.301(c)(1). Interested persons may identify their interest and capability to respond to the requirement or submit a proposal. This notice of intent is not a request for competitive proposals. However, all proposals received by 11:00 AM EDT May 1, 2015 will be considered by the Government. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Evidence must be provided of ability to provide the required supplies. The capability statement and any other information furnished must be in writing, and must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the foregoing requirements. Responses to this notice, if any, must show clear and convincing evidence that competition would be advantageous to the government. Inquiries will only be accepted via email to Natasha.Thieman@noaa.gov. The government intends to award a firm-fixed price purchase order for this requirement. Award will be made using FAR 13 Simplified Acquisition procedures current through FAC 2005-81.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/15-02033/listing.html)
- Place of Performance
- Address: NMFS, PLANNING AND PROGRAM COORDINATION DIVISION, 1315 EAST WEST HWY, SSMC-3, RM 13342, SILVER SPRING, Maryland, 20910, United States
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN03710787-W 20150426/150424235347-ba1884377e1ca2e06edee8fe11f6aef7 (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 |