Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2011 FBO #3402
SOLICITATION NOTICE

B -- Socio-Economic Study: Scoping the Value of NOAA's Coastal Mapping Program - NCNL000-11-02463 Statement of Work

Notice Date
3/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NCNL0000-11-02463
 
Archive Date
4/15/2011
 
Point of Contact
Sandra K. Souders, Phone: 3017130820135
 
E-Mail Address
Sandra.K.Souders@noaa.gov
(Sandra.K.Souders@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Socio-Economic Study SOW This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number NCNL0000-11-02463 is issued as a request for quotation and is 100% set aside for small business. The applicable North American Industry Classification Code (NAICS) is 541690 - Other Scientific and Technical Consulting Services and the Small Business Size Standard is $6.5 million. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), National Geodetic Survey (NGS) has a requirement to conduct a Socio-Economic Study to evaluate the socio-economic benefits and values of NOAA's Coastal Mapping Program (CMP). This socio-economic value information is critical to demonstrating the need for sufficient resources to maintain the programs that are the source of NOS products and services. The Period of Performance is seven (7) months from Date of Award. The resulting purchase order shall be a negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach - Effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Marginal (M) - Minimally suitable at the lower limit; and Unsatisfactory (U) - Not acceptable, not adequate to carry out. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-49. The provisions and clauses may be downloaded at http://arnet.gov.far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items. The Government shall award a purchase order 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: (i) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to review the attached Statement of Work entitled "Socio-Economic Study: Scoping the Value of NOAA'S Coastal Mapping Program" and provide an electronic response to be received no later than 1:00 pm Local Time, March 31, 2011 addressed to Sandra K. Souders, Purchasing Agent, National Oceanic and Atmospheric Administration, 1305 East West Highway, Suite 7145, Silver Spring, Maryland 20910, Sandra.K.Souders@noaa.gov. Contractors must submit a complete response. Incomplete responses will be returned. Offers of partial performance shall be rejected. An electronic version shall be submitted in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. Submit offers arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III - Price, which includes a firm fixed price for the socio-economic study. The firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the firm fixed price. The Government shall not be liable for any costs incurred in response to this request. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make one or no award under this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCNL0000-11-02463/listing.html)
 
Record
SN02403244-W 20110319/110317234503-d6f2188711cb68e6927d84f59080480d (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.