Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2007 FBO #1887
SOLICITATION NOTICE

F -- PROVIDE AN ON THE WATER PLATFORM TO ASSIST WITH EFFORTS TO RESTORE NATURAL RESOURCES TO THE NEW BEDFORD HARBOR

Notice Date
1/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NFFKH300703404CMM
 
Response Due
2/12/2007
 
Archive Date
2/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce, National Marine Fisheries Service (NMFS), Restoration Center (RC), Gloucester, MA is in need of a contractor to establish an On-The-Water Platform to assist with efforts to restore natural resources, including identifying activities or conditions that may adversely affect the performance and progress of restoration projects connected to the New Bedford Harbor Environment (NBHE). The proposed purchase order will be for the base year of services and up to two (2) one year option periods for a total of 3 years to be exercised at the discretion of the Government. This constitutes the only Request for Quote (RFQ), written quotes are being requested; and a written RFQ will not be issued. DOC, CRAD requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, 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. This notice is hereby issued as RFQ No. NFFKH300703404CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses and provisions incorporated into this acquisition shall be: 52.212-1 Instructions to Offerors ? Commercial Items (Sep. 2006), 52.212-2 Evaluation ? Commercial Items, 52.212-3 Offeror Representations and Certifications ? Commercial Items (Nov. 2006), 52.212-4 Contract Terms and Conditions ? Commercial Items (Feb. 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Nov. 2006) (Sections 5, 14, 16, 17, 19, 26, 31, (c) (1) (2) (3) Wage Grade Equivalent is NONE; ). FAR clauses and provisions are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Feb. 2005), NMFS will designate a Point of Contact (POC) at the time of award, 1352.215-70 Period of Performance (Mar. 2000) {the period of performance of this purchase order will be Base year from date of award through 12 calendar months thereafter; Option I will be for 12 calendar months; Option II will be for 12 calendar months}, 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (Mar. 2000) {The Government will award a purchase order resulting from this request to the responsible offeror whose quotation conforming to request results in the best value to the Government, price and other technical factors considered. The following factors shall be used to evaluate quotes: Technical Capability; familiarity with New Bedford Harbor environment and environmental regulations; Vessel to be used; Experience with all practical aspects of boating; Past Performance; and Price. All factors other than price are equally important to one another. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the requirements of this request. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the quotes in relation to the other factors on which selection is to be based. The Government reserves the right to award to the firm providing other than the lowest priced quote or to the firm with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government}, 1352.252-70 Regulatory Notice (Mar. 2000). Full text of these CAR clauses and provisions are available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated quotes must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Quotes must be received on or before 2:00 pm CDT, Monday, February 12, 2007. Quotes may be faxed to 816-274-6923, or submitted via email to carey.m.marlow@noaa.gov. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1. Technical Proposal. Written documentation that demonstrates the firm?s demonstrated skills, abilities, experience, and certifications in conducting the inspections, oil and hazardous materials response, trash removal and outreach/educational tasks as described herein. 2. Written documentation that demonstrates the firms familiarity with the New Bedford Harbor environment and environmental regulations, including knowledge of local marine organisms, and knowledge of local, state, and federal environmental regulations (e.g. wetlands, shell fishing, etc.). 3. Written documentation that describes the vessel in sufficient detail for the Government to determine that the vessel meets or exceeds the specifications provided in Attachment 1. 4. Written documentation that describes the firms experience and ability to comply with the minimum qualifications described in Attachment 1. Resumes for the operator and crew must accompany the quote. 5. A list of references including name and telephone numbers of firms to whom the offeror has successfully provided services that are the same or similar to that described herein. 6. A completed price schedule for all line items identified in this notice. 7. Proof of vessel insurance. 8. FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (completed). 9. Certification of registration in CCR. This is a firm fixed price request for quote. DESCRIPTION: The overall project objective is to fund an on-the-water vessel and operator to assist the Council in the protection and restoration of natural resources. Assistance shall include identifying activities or conditions that may adversely affect the success of restoration projects. Additionally, this monitoring will support other activities and educational projects associated with the harbor cleanup and restoration. The contractor shall perform the following tasks: Task 1: Conduct New Bedford Harbor Inspections. The contractor shall be on the water in the New Bedford Harbor (Inner and Outer Harbors) for 180 hours over the course of each one (1) year period of performance to investigate, document, report on and act as a deterrent to, environmentally harmful activities in the Harbor. These activities include, but are not limited to, illegal dredging, filling, shell fishing, industrial or commercial discharges to the harbor, vessel pump-outs, dumping, and spills and other activities harmful to the Harbor Environment. The contractor shall also monitor regulated activities in the harbor, including dredging operations. During these inspections, if the contractor notes any damage or harmful or potentially harmful activities affecting the Harbor, including activities inconsistent with permit and/or regulatory conditions, the contractor shall immediately contact the appropriate authorities and the NMFS POC. (Soon after contract award the POC and contractor shall discuss likely harmful activities that may be noted during the inspections and the appropriate authorities the contractor shall contact in each situation.) This Scope of Work does not authorize the contractor to engage in law enforcement activities (e.g. using force to eliminate a problematic activity). Additionally, during the course of inspections, the contractor shall distribute to the general boating public the education and outreach material developed under Task 4 of this scope of work. The contractor shall maintain a log detailing the timing and results of each inspection (even if no problems are discovered) and shall take and maintain a log detailing the timing and results of each inspection (even if no problems are discovered) and shall take and maintain a photographic record documenting any issues noted during the inspections. Digital video footage to supplement the photographic record is encouraged. These logs and supporting photographs and video shall be included in the quarterly status reports (see Deliverables). The contractor shall submit a proposed inspection schedule, after Notice to Proceed is given, but prior to the beginning of performance, (totaling 180 hours of on-the-water inspections) for approval by the POC based on the following guidelines: a) The contractor shall very the days and times of the Harbor inspections to avoid establishing a predictable schedule. b) The contractor shall perform at least 30% of such inspections between the hours of 10:00 PM and 5:00 AM. c) The contractor shall conduct at least one inspection event per month during the course of the contract year, if weather and ice conditions allow. This task also includes following up on any issues noted during the inspections, and working with the harbor businesses and harbor users to inform them of pollution and habitat degradation issues and assist with the development of appropriate solutions. The contractor shall attend five (5) two-hour follow-up meetings in the New Bedford Harbor communities over the course of the contract year. Schedule shall identify representative attending the follow-up meetings. Task 2: Conduct Tern Islands Trash Removal. Three islands in Buzzards Bay (Ram Island, Bird Island, and Penikese Island) serve as important breeding grounds for Common and Roseate terns. The New Bedford Harbor Trustee Council is funding efforts to enhance the breeding success of terns at these three islands. Trash accumulates on the shores of these islands and may be harmful to the terns. The contractor, under the supervision of staff from the Massachusetts Division of Fish and Wildlife (MDFW), shall collect and remove the accumulated trash from the shoreline and/or other inland areas of each island as directed by MDFW. Such activities shall take place in early-to mid-May of the current period of performance as approved by the POC. All trash removed from the islands must be properly disposed of on the mainland in accordance with all applicable laws, rules, and regulations. The contractor shall photo document the accumulated trash on each island and the shoreline cleanup efforts. This photo documentation, along with a brief narrative describing the completed shoreline cleanup efforts, the type and volume of material removed, and method of disposal of the refuse shall be included in the quarterly report submitted to the POC that covers the time period in which the cleanups take place. Task 3: Trustee Transportation. At the discretion of the Government, the contractor shall make the funded vessel and crew available to the Trustees or their agents, if requested, for efforts related to Trustee-funded restoration projects. These vessel uses may include providing staff and/or equipment transportation to proposed or implemented restoration sites, and serving as a work base for monitoring activities. The contractor shall assume that three (3) boat days per period of performance will be required by the Trustees and/or their agents. The request for such use of the vessel and crew shall only be requested and authorized by the POC a minimum of ten (10) calendar days prior to the need for such transportation. Task 4: Prepare and Distribute Outreach and Education Brochure The contractor shall develop an outreach and education brochure to inform boaters and other parties in and around New Bedford Harbor about the location and availability of pump-out services and the usefulness and availability of bilge socks; encourage environmentally responsible boating, and contain other information pertinent to protecting the quality of the New Bedford Harbor Environment. This brochure shall also include a description of the work of the New Bedford Trustee Council and others to restore the injured resources of the Harbor Environment. The contractor shall obtain POC concurrence with the draft brochure prior to finalizing and distributing them to boaters and marinas in the area. The contractor shall develop, print and distribute by hand during the summer boating season three hundred (300) copies of the brochure. Note that this task will only occur the first contract year and not in any subsequent years. Deliverables The contractor shall provide the following deliverables: Schedule of Harbor Site Inspections. The contractor shall provide the POC with a proposed schedule of New Bedford Harbor Inspections, including the proposed dates and times of each proposed inspection, and a rationale for such a schedule, for the POC?s approval prior to beginning the site inspections. Status Reports. The vessel and its operator will essentially be part of the ?eyes and ears? of the Council regarding the status of restoration projects and general environmental health in and around the New Bedford Harbor area. (See Attachment 1: Vessel/Operator Selection Criteria). The vessel operator shall, therefore, furnish the POC with a quarterly status report of the recent activities of the vessel (as identified in the Tasks described herein.). Each quarterly report shall include digital photographs (provided on CD-ROM) and video footage of any issues noted during the inspections (with appropriate labels of date, time taken, photo location and description) and of any other noteworthy activities monitored. One hard copy of the report and one CD-ROM with an electronic copy of the report and supporting photos/video shall be submitted to the POC quarterly. The first quarterly report is due to the POC within 110 calendar days of the Notice to Proceed. However, should the contractor find significant adverse impacts affecting New Bedford Harbor, he/she shall immediately contact the appropriate local, state, and federal authorities, and then notify the POC. Examples of adverse impacts include oil spills, vessel groundings, boat waste discharge, vandalism, illegal access to restoration projects, illegal dredging, illegal filling, illegal shell fishing, illegal or non-permitted discharges to the harbor, and other types of environmental disturbances potentially affecting the New Bedford Harbor Environment. Invoices The contractor shall submit invoices monthly. Invoices shall be sent to the POC to be reconciled by the 15th of each month. Invoices shall detail the percentage of work completed by Task. Invoices shall be sent to the POC. Educational/Informational Brochure The contractor shall prepare, print and distribute an outreach brochure to the boating public during the summer season containing the information described in the Tasks described herein. The contractor shall print and distribute by hand, both on the water and around docks and marinas, 300 copies of this brochure. Note that this deliverable is due in the first contract year and not in any subsequent years. Water Transportation. The contractor shall set aside a maximum of three (3) days of the boat?s use and crew?s time, per contract year, for the transport of the Council and/or their agents to restoration and monitoring sites as described in the tasks stated herein. Optional Periods of Performance. At the discretion of the Government up to two (2) one-year option periods of performance may be exercised. The exercise of any option shall be based on the performance of the contractor and the degree to which the contractor?s actions advance the Council?s mission of protecting, restoring, replacing natural resources that have been harmed by the PCB contamination, and execution of the tasks as described herein. BID FORMAT: Provide itemized pricing as follows: Line Item #1- Base year Job consists of all Tasks (1-4) and All Deliverables as stated herein. $_________________ Line Item #2 ? Option I Job consists of all Tasks (1-3) and All Deliverables as stated herein $_________________ Line Item #3 ? Option II Job consists of all Tasks (1-3) and All Deliverables as stated herein. $_________________ Grand Total $________________ END OF NOTICE SUPPLEMENTAL INFORMATION REQUIRED TO BE SUBMITTED WITH QUOTE ATTACHMENT 1: VESSEL/OPERATOR SELECTRION CRITERIA On-the-Water Monitoring Services for New Bedford Harbor Restoration Vessel Specifications: The vessel shall have a shallow draft, wide beam, and be able to comfortably transport the vessel crew plus four passengers and scientific equipment, trash or other such cargo, in all seasons. The vessel shall be equipped with the following, which shall be properly functional at all times: ? Depth Sounder ? Water Temperature Gauge ? Global Positioning System (GPS) ? VHF Radio ? Electrical Outlets, for Portable Scientific Computer and Monitoring Equipment ? Dive Ladder ? Safety Equipment, for crew and passengers, for a vessel of its size, as required by the U.S. Coast Guard. ? Four-stroke engine ? Powerful Spot Light and other appropriate lighting and gear for night time operations. Operator Specifications: The operator of the vessel must be familiar with the New Bedford Harbor and Buzzards Bay areas, including the ecology of these areas. He/she must have a working knowledge of all practical aspects of boating including: ? Navigation ? Navigational Rules of the Road ? Radio Operation ? Anchoring ? Seamanship Minimum operator and crew qualifications include a Bachelor?s degree in Life Sciences or similar scientific degree, five (5) years on-the-water experience, preferably in the New Bedford Harbor/Buzzards Bay area. While not required, the operator is encouraged to have SCUBA, CPR, and First Aid certifications. Resumes for the operator and crew must be attached to the quote. Additionally, the operator must be willing to take varying personnel (ranging from, but not limited to: Trustee Council members, local, state, and federal officials, contractors, students, and the media.) on the harbor inspections and tern island cleanups. The owner of the vessel must ensure the vessel has proper insurance coverage to transport passengers and to conduct the trash removal operations required in this quote. Proof of such insurance must be attached to the quote.
 
Place of Performance
Address: NORTHEAST REGION, NMFS, 1 BLACKBURN DRIVE, GLOUCESTER, MA 01930
Zip Code: 01930
Country: UNITED STATES
 
Record
SN01218102-W 20070126/070124220341 (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 |
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.