Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOURCES SOUGHT

R -- Administrative and Non-Scientific Support Services

Notice Date
1/24/2020 1:58:57 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
NFFP5000-19-03538
 
Response Due
3/9/2020 11:00:00 AM
 
Archive Date
06/30/2020
 
Point of Contact
CARINA TOPASNA, Contract Specialist, Phone: 206-526-4395, Fax: 206-526-6025
 
E-Mail Address
Carina.topasna@noaa.gov
(Carina.topasna@noaa.gov)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
Beta.Sam.Gov Notice Pre-solicitation�Notice (P) X Solicitation Number: 1305M320RNFFP0004 NAICS Code: 541611 Title: Administrative, Clerical, and Non-Scientific Support Services, NOAA Fisheries Pacific Coast Regions/Centers Classification� Code: �R - SUPPORT SVCS (PROF, ADMIN, MGMT) Projected Solicitation Issue� Date: Early-mid February 2020 Projected Proposal Due Date: Early-mid March 2020 Contract Specialist: Carina Topasna Contract Support Staff to Receive E-mail Response: �Carina Topasna; carina.topasna@noaa.gov and Joseph Hetrick; joseph.hetrick@noaa.gov This Pre-solicitation notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this notice. The U.S. Government will not pay for any information or administrative cost incurred in response to this notice. _________________ The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), is a Government bureau charged with the mission of stewardship for living marine resources.� NMFS� mission is to conserve, protect and manage Pacific salmon, groundfish, halibut and marine mammals and their habitats under the Endangered Species Act (ESA) and other federal laws.� NMFS� has a requirement for an Indefinite Delivery-Indefinite Quantity (IDIQ) contract to issue task orders against for the various administrative services (non-personal services) described in the draft statement of work.� The Contractor shall provide a variety of Administrative Support Services for the NMFS offices on the Pacific coast, Idaho, Alaska and the Pacific Islands. The contractor will provide a full scope and range of skilled administrative professionals to include tasks responsible for managing, obtaining, coordinating, or providing a variety of administrative functions such as management analysis, budget analysis, accounting, contracting and procurement, data processing, writing/editing of technical documents, mail services and others. Contractor support will require knowledge and understanding of management and administration principles, practices, methods, and techniques, together with skill in integrating such functions with the general operations of the organization. Primary NMFS offices are located in Portland, Seattle, Long Beach, San Diego, Juneau and Honolulu, but services under this contract may be required in support of any NOAA facility in the states identified above. Offices directly supported for the NMFS are located in Seattle Washington, Portland, Roseburg & Ellensburg Oregon, and Boise, Idaho.� Specific places of performance will be identified at the task order level. The services required include support from, but are not limited to, primarily those types of personnel identified in the draft �Attachment 1 � Labor Categories.�� Other labor categories may occasionally be utilized on individual task orders on a case-by-case basis. Specific requirements, duties and deliverables will be specified under individual task orders.� The contractor is responsible for proactively managing its onsite and offsite labor such that all assigned resources are productive and working with clearly defined objectives and priorities. A comprehensive list of actual requirements will be included in the Statement of Work within the solicitation package document. __________________ The proposed contract action will be set aside 100% for Women Owned Small Business.� The NAICS code for this procurement is 541611 and the business size standard for this requirement is $16.5 millions of dollars.� It is highly encouraged that any small business meeting this size standard and desiring to be considered for award be registered in the System for Award Management (SAM) using this NAICS code or a NAICS code with an equivalent size standard.� �It should be noted that offerors must be registered in SAM prior to submission of an offer.� For additional information and to register in SAM, please access the following web site: www.sam.gov.� In order to register with the SAM, all offerors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://iupdate.dnb.com/iUpdate/viewiUpdateHome.htm or by phone at (866) 969-8491. It is also preferred that offerors to complete the electronic representations and certifications at the SAM website. Solicitation documents will be made available for download in early-mid February 2020 at https://beta.sam.gov/. Paper copies of this solicitation will not be issued. Interested parties may use the �follow� feature to monitor changes to this notice, including Request for Quote (RFQ) posting as well as all postings of information associated with this solicitation thereafter. Each potential offeror is responsible for checking the beta.sam.gov website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only at https://beta.sam.gov/.� The date offers are due will be stated within the solicitation documents and will be adjusted based upon the actual release date of the solicitation.� All questions of any nature regarding this procurement should be sent in writing to the Contracting Specialist, Carina Topasna at carina.topasna@noaa.gov. � (End of Document)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f2582d1ea32d4ddd89d0305b27ae269c/view)
 
Place of Performance
Address: West Coast Region (Washington, Oregon, Idaho, California and remote regions of Alaska and Hawaii), USA
Country: USA
 
Record
SN05543472-F 20200126/200124230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.