SOLICITATION NOTICE
99 -- Research Cruises
- Notice Date
- 8/31/2005
- Notice Type
- Solicitation Notice
- NAICS
- 483114
— Coastal and Great Lakes Passenger Transportation
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- NRMAF000-5-05045
- Response Due
- 9/13/2005
- Archive Date
- 9/13/2005
- Small Business Set-Aside
- Total Small Business
- Description
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Management Division (CRAMD), 601 East 12th Street, Room 1756, Kansas City, Missouri 64106. This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Request for Quote for the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Flower Garden Banks National Marine Sanctuary (FGBNMS), Bryan, TX is in need of a vessel contractor for research cruises. This constitutes the only Request For Quotation (RFQ), written offers are being requested; and a written solicitation will not be issued. This notice is hereby issued as RFP No. NCND6011-5-00012. This is a small business set-aside. The NAICS code for this action is 483114. Size standard 500 employees. The requirement is for a base and one (1) option year. SECTION B - SOLICITATION CLAUSES AND PROVISIONS This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03. Services are to be provided in accordance the following clauses. The FAR clauses incorporated into this acquisition, shall be: 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct. 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Apr. 2005) (Sections 14, 15, 16, 17, 18, 19, 20, 31, and 34, (c)(1),(2),Equivalent Rates for Rigger and Diver WG-10. The contractor is responsible for complying with the applicable Department of Labor wage determination available at www.wdol.gov. Options may be exercised at any time prior to the expiration of the current performance period. The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference and are also located in Section B: 1352.201-70 Contracting Officer?s Authority (March 2000), 1352.201-71 Contracting Officer?s Technical Representative (Feb 2005) (to be provided at the time of award), 1352.228-70 Insurance Coverage (March 2000), Contractor shall have bodily injury liability insurance coverage of at least $500,000 per occurrence, Property Damage Liability Insurance of at least $500,000 per occurrence, Vessel collision liability and protection and indemnity liability insurance of at least $500,000 per occurrence, 1352.228-72 Deductibles Under Required Insurance Coverage (March 2000), 1352.247-72 Marking Deliverables (March 2000) (mark with order number) and 1352.237.73 Key Personnel. SCHEDULE Line Item Description Qty Unit Amount Base Year Date of Award through 08/30/2006 01 NOAA Coral Shiptime For Research 18 Days $______ Cruises Paleoclimatology of the corals at FGBNMS Option Year I 09/01/2006 ? 08/30/2007 02 Shiptime For Research 10 Days $_________ Cruises Paleoclimatology of the corals at FGBNMS TOTAL: $_________ SECTION C ? STATEMENT OF WORK Background: The FGBNMS consists of a series of hard bottom reefs and banks. It is located between 70 and 110 miles off the coast of Galveston TX in the Gulf of Mexico. Research and management of this area was assigned to NOAA, National Ocean Service and the National Marine Sanctuary Program. The intent of this requirement is to provide a vessel contractor for research cruises to the FGBNMS. Technical Specifications: 1) Provide space and berthing for up to 30 divers/researchers and participants, including all linens. 2) Provide 2 captains, 2 deck hands/dive masters, and 2 galley crew for the duration of the cruise, 3) Provide transportation to/from, Freeport Texas and the FGBNMS and between the 3 banks of the Sanctuary 4) Provide Nitrox, an oxygen-enriched (up to 36% oxygen) air mixture for SCUBA diving. The use of Nitrox is necessary for diving operations at the depth and time duration needed for the research, because it provides an added measure of safety. The Contractor shall delivery a copy of the Captain?s Logbook entries for the duration of the cruise at the end of the cruise. All printing will be done by the government. The Contractor shall provide the COTR a master copy of any materials that need to be printed. The Contractor shall not be reimbursed for printing expenses. The Contractor and his staff shall make their own travel arrangement and also pay for their own travel cost in accordance with the Federal Travel Regulations. No invitational travel orders will be issued. SECTION D ? FAR PROVISIONS The FAR provisions, located in Section D, that are hereby incorporated into this acquisition shall be: 52.212-1, Instruction to Offerors ? Commercial Items (Jan. 2005), 52.212-2 Evaluation Commercial Items. (The following factors will be evaluated: Experience and Past Performance; Experience of Proposed Key Personnel and Price. Past Performance and Experience is more as important as Experience of Key Personnel . Although technical will be considered more important that price, as acceptable offers become more technically equal price will become more important. This is a best value acquisition. Award will be made to the offeror whose offer conforms to the requirements of this announcement; who is determined to be responsible and other capabilities necessary to fulfill this requirement. The Government will use the best value trade-off process in determining which offer is in the best interest of the Government in accordance with FAR 15.101-2.) 52.212-3 Offerors Certification and Representations-Commercial Items (Mar 2005). SECTION E ? ADDITIONAL INSTRUCTIONS TO OFFEROR The Central Administrative Support Center (CASC), Acquisition Management Division (AMD), requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR) before October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following website: http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. The government now requires all contractors submit their Certification and Representation. Certs and Reps should be returned with quotation. Award will not be made to any contractor that is not registered in CCR and the Certs and Reps included. Responses should be faxed to 816-426-7530. Attn: Sharon Walker. By September 13, 2005 Offerors are to return the following to Ms. Walker: 1) Schedule of Pricing (See Section B) 2) Technical Proposal that provides sufficient information for the offer to be evaluated using the criteria set forth in this announcement. To include experience, past performance, experience and qualifications of Key Personnel. 3) Proof of Insurance Coverage 4) FAR 52.212-3 Certification and Representation (completed) 5) A copy of Commercial Terms and Conditions if applicable
- Place of Performance
- Address: Flower Barden Banks National Marine Sanctuary, 1200 Briarcrest Drive, Suite 4000, Bryan TX
- Zip Code: 77802
- Country: United States
- Zip Code: 77802
- Record
- SN00883543-W 20050902/050831211925 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |