Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

19 -- Vessel and Crew for deployment and retrieval of video arrays and sidescan mapping equipment

Notice Date
4/19/2023 6:01:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
483114 — Coastal and Great Lakes Passenger Transportation
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
1333MF23QNFFN0025
 
Response Due
4/21/2023 11:00:00 AM
 
Archive Date
05/06/2023
 
Point of Contact
Shawana Randolph
 
E-Mail Address
Shawana.Randolph@noaa.gov
(Shawana.Randolph@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*Amendment 1 is to include questions and answers. Close date remains unchanged. COMBINED SYNOPSIS/SOLICITATION� Vessel and Crew for deployment and retrieval of video arrays and sidescan mapping equipment ***This is a new Requirement; there isn�t an incumbent� Any correspondence email subject line should reference the SAM.GOV Notice ID number: 1333MF23QNFFN0025 �(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; quotes are being requested and a written solicitation will not be issued. (II) The solicitation number for this procurement is 1333MF23QNFFN0025 and is hereby issued as a request for quotation (RFQ). (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01 (DEC� 2022) (Deviation 2022-02)(NOV 2021).�� (IV) This solicitation is being issued as a total small business set-aside. The associated NAICS code is 483114.� The small business size standard is 550 employees. (V) This combined solicitation/synopsis is for the purchase of the following commercial service(s): CLIN 0001 � Non Personal Services: The contractor shall furnish the necessary personnel, material, equipment, services and facilities (except as otherwise specified) to provide charter operations for 14 consecutive sea days in accordance with the attached Statement of Work (SOW). (VI) Description of requirements can be found in the Statement of Work (SOW) attached to the Sam.gov combined synopsis/solicitation posting. (VII)�Period of Performance: The base work shall be completed from June 1st, 2023- November 30th, 2023, dependent upon weather conditions. Place of Performance: Embarkment and disembarkment will occur within 165 miles of the Panama City NOAA Laboratory. Field work will occur within the area between longitudes 87�20� and 85�25� and south to latitude 29�45�, to a maximum depth of 200 m. Acceptance will take place as deliverables are completed.� (VIII)� FAR 52.212-1, Instructions to Offerors --Commercial Products and Commercial Services� (NOV 2021), applies to this acquisition. See addendum � ADDENDUM TO FAR 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services� ADDITIONAL QUOTE PREPARATION INSTRUCTIONS: 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 result in the offeror being considered non-responsive.� Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. Submission of Quotes 1. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation.� Only Email quotes are acceptable and can be sent to Shawana.Randolph@noaa.gov 2. Contractor shall have an active registration in the System for Award Management (SAM) found at www.SAM.gov in order to provide a quote and be eligible for award. 3. Vendor's response to this Request for Quote shall consist of the documents outlined in the Combined Synopsis Solicitation and outlined in the Contents of a Bid Package included in the SF18.� � (1) The offer must be prepared in two parts: A technical quote and a business/price quote. Each of the parts shall be separate and complete in itself so that evaluation of one may be accomplished independently from evaluation of the other. The technical quote must not contain reference to price; however, adequate information must be contained in the technical quote so that the offeror�s technical approach is sufficiently detailed to provide a clear and concise presentation that addresses all contract requirements and demonstrates a clear understanding of the requirements. �(2) The offeror shall submit: a. Technical Quote: One (1) copy, electronic required. 20 page maximum b. Business/Price Quote: One (1) copy, electronic required. Each part shall be clearly marked by title. There is no page limitation for the price quote. (3) The Government will evaluate quotes in accordance with the provisions set forth in this section and with the evaluation criteria stated below. (4) The Offerors shall identify and explain any exceptions or deviations taken to any part of the solicitation or conditional assumptions made with respect to the technical requirements of the solicitation.� Offerors should note that taking exceptions to the Government�s requirements may indicate an unwillingness or inability to perform the contract, and the quote may be evaluated as such. (b) Technical Quote Vendors shall submit the following in their technical quote:� Factor 1--TECHNICAL APPROACH. The quotation will be evaluated on how the offeror intends to organize, staff and manage the contract and the means that will be used to accomplish the contract requirements. The degree to which the quotation demonstrates an understanding of the requirements as well as the minimum vessel requirements stated in the SOW will be evaluated. Factor 3-EXPERIENCE. The offeror's background, experience, and qualifications will be assessed to determine the likelihood that that offeror can successfully perform the contract requirements and the degree of the risk of non-performance. Specifically, professional experience running offshore vessels with a licensed captain with a minimum of three years experience and a deckhand capable of assisting deployment and retrieval of camera arrays. (IX)� FAR 52.212-2, Evaluation�Commercial Products and Commercial Services (Nov 2021), applies to this acquisition.� Offers will be evaluated based on price and the factors set forth in paragraph (a) 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. The following factors shall be used to evaluate offers.�� Paragraph (a) is hereby completed as follows: Evaluation will be based on�� 1) Technical Approach� 2) Cost/Price� 3) Experience The Government intends to award a best value trade-off firm fixed-price purchase order on an all or none basis with payment terms of Net 30.�� (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) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL Products and Commercial Services (DEC 2022) applies and if applicable the quoter must submit a completed copy of the provision with its quote.� (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Conditions�Commercial Products and Commercial Services (DEC 2022) �applies to this acquisition. (XII) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (DEC 2022) (Deviation 2021-06)(Apr 2020) (Deviation 2017-05)(Sept 2017) �applies to this acquisition.� (XIII)� The clauses/provisions contained in the SF18 are also applicable to this acquisition.� (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 2:00 P.M. EST on 04/21/2022. All quotes must be emailed to the attention of Shawana Randolph at Shawana.Randolph@noaa.gov The email subject line should reference the SAM.GOV Notice ID number: 1333MF23QNFFN0025 (XVI) CAM 1352.215-72 Inquiries (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Shawana.Randolph@noaa.gov .� Questions must be submitted by Noon 3 business days before quotes are due. 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)� ""THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES.� IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT"".
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5cb4f4c393ce4e86b678e443a29d2d00/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06655796-F 20230421/230419230115 (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.