Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2011 FBO #3569
SOLICITATION NOTICE

R -- Review and Analysis of the Observer and Catch Monitoring Programs - Standard Form 18 RFQ RA133F-11-RQ-1416BS

Notice Date
8/31/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
RA133F-11-RQ-1416BS
 
Archive Date
9/22/2011
 
Point of Contact
Brenda S. Summers, Phone: (303) 497-5588
 
E-Mail Address
brenda.s.summers@noaa.gov
(brenda.s.summers@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Standard Form 18 RFQ RA133F-11-RQ-1416BS COMBINED SYNOPSIS/SOLICITATION Review and Analysis of the Observer and Catch Monitoring Programs (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; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA133F-11-RQ-1416BS (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This solicitation is total small business set aside. The associated NAICS code is 541690. The small business size standard is $7.0M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for review and analysis of the observer and catch monitoring programs. The Fishery Resource Analysis and Monitoring Division (FRAMD) of the NWFSC requires immediate contract support for mission critical review and analysis of the observer and catch monitoring programs. This procurement meets an emergent, critically identified need to assess the west coast Trawl Catch Share program. This study will focus on assessing the current overlap between the West Coast Groundfish Observer Program (WCGOP) and the Catch Monitoring Program operated by the NOAA Fisheries, Northwest Regional Office (NWR) and may include interactions with NOAA Fisheries, NWFSC, and Scientific Data Management (SDM) division, in accordance with the Statement of Work. (VI) Description of requirements is as follows: See attached Statement of Work. (VII) Period of performance shall be: Date of Award through June 30, 2012. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. Offerors are instructed to complete and return the attached Standard Form 18, in addition to written price quotes. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and a firm fixed-price purchase order award with payment terms of Net 30 will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Technical Capability - vendor shall submit resumes for key personnel to be assigned to perform services under the contract; 2) Past Performance - quote shall include at least two references for similar services including the phone number, full address and E-mail address (if available), and contractor's past performance will be based on responsiveness, quality, and customer services and 3) Price. The Government intends to award a best value, firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (38)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (40) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/ (End of Clause) The following additional FAR terms and conditions apply: 52.217-8, Option to Extend Services (Nov 1999) 52.242-15, Stop-Work Order (Aug 1989) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. 1352.215-72 Inquiries (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Brenda.S.Summers@noaa.gov. Questions should be received no later than 10:00 A.M. MDT, September 2, 2011. 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. 1352.237-71 SECURITY PROCESSING REQUIREMENTS - LOW RISK CONTRACTS (APR 2010) (a) Investigative Requirements for Low Risk Contracts. All contractor (and subcontractor) personnel proposed to be employed under a Low Risk contract shall undergo security processing by the Department's Office of Security before being eligible to work on the premises of any Department of Commerce owned, leased, or controlled facility in the United States or overseas, or to obtain access to a Department of Commerce IT system. All Department of Commerce security processing pertinent to this contract will be conducted at no cost to the contractor. (b) Investigative requirements for Non-IT Service Contracts are: (1) Contracts more than 180 days - National Agency Check and Inquiries (NACI) (2) Contracts less than 180 days - Special Agency Check (SAC) (c) Investigative requirements for IT Service Contracts are: (1) Contracts more than 180 days - National Agency Check and Inquiries (NACI) (2) Contracts less than 180 days - National Agency Check and Inquiries (NACI) (d) In addition to the investigations noted above, non-U.S. citizens must have a background check that includes an Immigration and Customs Enforcement agency check. (e) Additional Requirements for Foreign Nationals (Non-U.S. Citizens). Non-U.S. citizens (lawful permanent residents) to be employed under this contract within the United States must have: (1) Official legal status in the United States; (2) Continuously resided in the United States for the last two years; and (3) Obtained advance approval from the servicing Security Officer in consultation with the Office of Security headquarters. (f) DOC Security Processing Requirements for Low Risk Non-IT Service Contracts. Processing requirements for Low Risk non-IT Service Contracts are as follows: (1) Processing of a NACI is required for all contract employees employed in Low Risk non-IT service contracts for more than 180 days. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. The contract employee must also complete fingerprinting. (2) Contract employees employed in Low Risk non-IT service contracts for less than 180 days require processing of Form OFI-86C Special Agreement Check (SAC), to be processed. The Sponsor will forward a completed Form OFI-86C, FD-258, Fingerprint Chart, and Credit Release Authorization to the servicing Security Officer, who will send the investigative packet to the Office of Personnel Management for processing. (3) Any contract employee with a favorable SAC who remains on the contract over 180 days will be required to have a NACI conducted to continue working on the job site. (4) For Low Risk non-IT service contracts, the scope of the SAC will include checks of the Security/Suitability Investigations Index (SII), other agency files (INVA), Defense Clearance Investigations Index (DCII), FBI Fingerprint (FBIF), and the FBI Information Management Division (FBIN). (5) In addition, for those individuals who are not U.S. citizens (lawful permanent residents), the Sponsor may request a Customs Enforcement SAC on Form OFI-86C, by checking Block #7, Item I. In Block 13, the Sponsor should enter the employee's Alien Registration Receipt Card number to aid in verification. (6) Copies of the appropriate forms can be obtained from the Sponsor or the Office of Security. Upon receipt of the required forms, the Sponsor will forward the forms to the servicing Security Officer. The Security Officer will process the forms and advise the Sponsor and the Contracting Officer whether the contract employee can commence work prior to completion of the suitability determination based on the type of work and risk to the facility (i.e., adequate controls and restrictions are in place). The Sponsor will notify the contractor of favorable or unfavorable findings of the suitability determinations. The Contracting Officer will notify the contractor of an approved contract start date. (g) Security Processing Requirements for Low Risk IT Service Contracts. Processing of a NACI is required for all contract employees employed under Low Risk IT service contracts. (1) Contract employees employed in all Low Risk IT service contracts will require a National Agency Check and Inquiries (NACI) to be processed. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. Fingerprints and a Credit Release Authorization must be completed within three working days from start of work, and provided to the Servicing Security Officer, who will forward the investigative package to OPM. (2) For Low Risk IT service contracts, individuals who are not U.S. citizens (lawful permanent residents) must undergo a NACI that includes an agency check conducted by the Immigration and Customs Enforcement Service. The Sponsor must request the ICE check as a part of the NAC. (h) Notification of Disqualifying Information. If the Office of Security receives disqualifying information on a contract employee, the Sponsor and Contracting Officer will be notified. The Sponsor shall coordinate with the Contracting Officer for the immediate removal of the employee from duty requiring access to Departmental facilities or IT systems. Contract employees may be barred from working on the premises of a facility for any of the following reasons: (1) Conviction of a felony crime of violence or of a misdemeanor involving moral turpitude. (2) Falsification of information entered on security screening forms or of other documents submitted to the Department. (3) Improper conduct once performing on the contract, including criminal, infamous, dishonest, immoral, or notoriously disgraceful conduct or other conduct prejudicial to the Government regardless of whether the conduct was directly related to the contract. (4) Any behavior judged to pose a potential threat to Departmental information systems, personnel, property, or other assets. (i) Failure to comply with security processing requirements may result in termination of the contract or removal of contract employees from Department of Commerce facilities or denial of access to IT systems. (j) Access to National Security Information. Compliance with these requirements shall not be construed as providing a contract employee clearance to have access to national security information. (k) The contractor shall include the substance of this clause, including this paragraph, in all subcontracts. (End of Clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 10:00 A.M. MDT on September 7, 2011. All quotes must be E-mailed or faxed to the attention of Brenda Summers. The E-mail address is Brenda.S.Summers@noaa.gov and the fax number is (303) 497-3163. (XVI) Any questions regarding this solicitation should be directed to Brenda Summers by E-mail to Brenda.S.Summers@noaa.gov or by fax at (303) 497-3163.   STATEMENT OF WORK 1. Organization The Northwest Fisheries Science Center (NWFSC), of the National Marine Fisheries Service (NMFS), National Oceanic & Atmospheric Administration (NOAA), Department of Commerce (DOC) is a government agency charged with the mission of stewardship for living marine resources. The NWFSC provides scientific and technical support to NMFS for the management, conservation, and use of the Northwest region's marine and anadromous resources. Gathering, processing, archival, analysis, and reporting of marine fisheries and environmental data are critical to the science conducted at the NWFSC. 2. Objective The Fishery Resource Analysis and Monitoring Division (FRAMD) of the NWFSC requires immediate contract support for mission critical review and analysis of the observer and catch monitoring programs. This procurement meets an emergent, critically identified need to assess the west coast Trawl Catch Share program. This study will focus on assessing the current overlap between the West Coast Groundfish Observer Program (WCGOP) and the Catch Monitoring Program operated by the NOAA Fisheries, Northwest Regional Office (NWR) and may include interactions with NOAA Fisheries, NWFSC, Scientific Data Management (SDM) division. 3. Background The West Coast Groundfish Trawl Catch Share Fishery was implemented in January 2011. The regulations for the Trawl Catch Fishery require 100% at-sea (observers) and 100% shoreside (catch monitors) monitoring. Currently, the monitoring programs are operated independently. NOAA Fisheries needs to investigate opportunities to lower costs of the Trawl Catch Share Fishery as the current costs exceed the amount that would be recovered under cost recovery. There a number of tasks required of the observer and catch monitor programs (referred to as ‘monitoring programs'). Because the two monitoring programs are operated out of different units, a number of tasks are duplicated, effecting staff resources. Areas where duplication is likely occurring or could occur in the future include: 1. Review of candidates: The monitoring programs each review candidates to ensure they meet the eligibility standards. Note that most of the eligible standards are the same and dual certification in prominent. 2. Certification: Observers are certified by the manager of the observer program while catch monitors are certified by the NWR ARA. 3. Enrollment: Observer/Catch monitor providers currently have to register candidates for monitoring programs trainings separately, even though most observers are dual trained and the same enrollment information is required for both. The data is currently collected for both programs using the same mechanism. 4. Weekly tracking: Observer/Catch monitor providers are required to submit weekly reports for observer and catch monitor activity. The data is currently collected for both programs using the same mechanism. 5. Training: The monitoring programs are currently training separately. This has resulted in inconsistent information being given. 6. Provider Certification: The monitoring programs will need to certify observer/catch monitor providers in the future. The requirements for provider certification will be consistent between the programs and most providers will want to be dual certified. 7. Reporting of violations: Observers and catch monitors are required to document violations to regulations and submit them to the NOAA Office of Law Enforcement (OLE). 8. Debriefing: Observers and catch monitors require a data quality evaluation. These are currently independent, even though most observers/catch monitors are dual certified. 9. Annual briefings: The monitoring programs require annual briefings and dual certification is prominent. Under the current model, two separate briefings are required. 10. Decertification: The monitoring programs need to develop processes for decertifying observer/catch monitors and observer/catch monitor providers. 11. Gear: The monitoring programs are already sharing sampling/safety gear when applicable. 12. Species Identification: The monitoring programs require proof of species identification, in the form of species identification forms. Currently, the catch monitor program accepts observer species identification forms but sharing information between the two programs is time intensive. 13. Database: The monitoring programs have developed and maintain separate databases. Another area that should be investigated is the flow of observer, catch monitor, and fish ticket data. Currently, the matching of these data sources occurs in a PSMFC held program. This requires the observer program to send the data to PSMFC for matching and then the observer data is sent back to the NWFSC for the Vessel Account System. 4. Requirements Overview To ensure NOAA Fisheries is operating efficiently, a programmatic review of the Trawl Catch Share monitoring programs is needed. The review will include identifying variables required by the monitoring programs, current collection and storage method, cost of current system, and opportunities for efficiencies. 5. Deliverables 1. A report that summarizes variables collected by the monitoring programs including storage method. The project manager will review the foundation document that describes current practices prior to the contractor developing recommendations. 2. Recommendations to improve efficiency, reduce duplication, and/or lower costs for monitoring the Trawl Catch Share fishery. Once recommendations are developed, the project manager will review and request modification as necessary. A final report will be produced by the contractor that incorporates project manager feedback. Payment will be made after acceptance by government contact and project manager. 6. Required Contractor Skills 1. 5-10 years' experience in program management and evaluation. 7. Budget 8. Period of Performance The period of performance shall be from the award date through June 30, 2012 9. Place of Performance Services are to be provided either at the contractor's place of business or onsite at the NWFSC location as development and support needs dictate. Any adjustments to the location of performance are at the discretion of the NWFSC project manager. 10. Schedules of Performance Services Any services provided on location at the NWFSC are to be provided during the specified business hours of the NWFSC. The specified business hours are between 8:00 AM and 5:30 PM Monday through Friday excluding legal federal holidays. Contractors will not perform duties on site under the contract if the Center is not open for business to federal employees, i.e. inclement weather, power outages, etc. 11. Government Contact The NWFSC government contact and project manager for this contract will be Janell Majewski. The NWFSC government contact for the vendor will handle questions, review products, provide acceptance of submitted work, and be responsible for task coordination. The contractor will coordinate required monthly progress meetings. 12. Privacy and Confidentiality Work on this contract may require that personnel have access to Privacy and confidential information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and any other applicable agency rule Information Collected pursuant to the Magnuson-Stevens Fishery Conservation and Management Reauthorization Act of 2006 Recipient agrees, in the performance of the requirements of this statement of work, to keep any information furnished to it by the Government and designated as having been collected pursuant to the Magnuson-Stevens Fishery Conservation and Management Reauthorization Act of 2006, 16 U.S.C. $1801 /et seq. /in the strictest confidence, compliant with the requirements of the Act and NOAA Administrative Order 21 6-1 00, /Protection of Confidential Fisheries Statistics.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA133F-11-RQ-1416BS/listing.html)
 
Record
SN02557428-W 20110902/110831235934-d362b8d370415b4a3dc14fe6ca0e44dc (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.