SOLICITATION NOTICE
R -- Consulting Support to review and independently assess MoES core
- Notice Date
- 10/19/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Office of Oceanic and Atmospheric Research, 1315 East-West Highway, Silver Spring, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- NFFKST40-12-01041PMF
- Archive Date
- 11/18/2011
- Point of Contact
- Patricia McBride-Finneran, Phone: 301-734-1239
- E-Mail Address
-
patricia.mcbride-finneran@noaa.gov
(patricia.mcbride-finneran@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION Scientific Support Services (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 NFFKST40-12-01041PMF. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular- Includes Amendments from FAC 2005-53, effective on August 4, 2011. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 541690. The small business size standard is $6.5. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN 00001 Consulting Support to review and independently assess MoES core scientific expertise as it relates to fisheries research (VI) Description of requirements is as follows: CLIN 00001: Consulting Support to review and independently assess MoES core scientific expertise as it relates to fisheries research Statement of Work Background The Food and Agricultural Organization (FAO) estimates India’s marine resources potential to be about 3.93 million tons. Unfortunately, there are limited fisheries management initiatives in practice in India today leading to overfishing concerns in inland fisheries. India has the second largest shark fishery in the world, but no International Plan of Action. Further, cyclic and climatological fluctuations affect the status of pelagic stocks. Given India’s impetus on fisheries and critical lack of data on fisheries stock assessments, impact of climate change and Harmful Algal Blooms (HABs), there is a need for research on Indian fisheries. In recent years, there has been periodic dialogue and interaction between NMFS and Ministry of Earth Sciences (MoES) scientists. As a result of these interactions, several exciting projects have emerged. However, the development and implementation of these project proposals require dedicated and directed efforts of a NMFS contractor to engage in a productive dialogue with Indian counterparts in coordination with NMFS Office of Science and Technology. As a recent strategic ally of the United States with a widening economy and growing investment in scientific endeavors including Earth observations, India offers new and ample opportunities for data sharing, two-way capacity building, and access to local resources for NOAA. This is particularly important given the relatively scarce NOAA resources in the region. The NOAA’s objectives for India hinge both on access to data as well as leveraging India’s growing leadership role in Asia and the world for mutual benefit. NOAA’s research mission will benefit from increased investment in the largely unexplored Indian Ocean Basin Region. India is 17% of the world’s population and is a valued asset in working together or separately in building capacity, particularly in South and Southeast Asian nations. NOAA has a strong partnership with Indian science counterparts and has signed major agreements for collaboration in earth observations and earth sciences through the Indian Space Research Organisation (ISRO) and MoES. There are also plans underway to sign a Memorandum of Understanding (MoU) with the India Ministry of Environment and Forests (MoEF). The NOAA-MoES relationship in particular has grown into a broad and fruitful partnership on earth observations and sciences since signing the MoU in 2008. Under the MoU, both agencies are working together to develop several implementing arrangements to further these activities. These arrangements address critical societal issues from improved ocean, weather & climate observation and prediction capabilities to enhanced monsoon forecasts for the agricultural community, flood control, and water supply monitoring. However, there is increasing scope to engage on matters related to living marine resources. Tasks Key tasks include, but are not necessarily limited to, the following: · Review and independently assess MoES core scientific expertise as it relates to fisheries research in relation to resource availability, staff skill set and availability for engaging in bilateral projects, and as a suitable long-term partner for NMFS. · Provide detailed reports of meetings attended and outcomes · Provide detailed reports that identify the strengths and areas for potential improvement in NMFS engagement with MoES agencies · Provide detailed reports that provide recommendations for bilateral research, including timeframes, resources available and resources required. · Participate in meetings and discussions with relevant INCOIS scientists and managers regarding research topics such as stock assessment needs, ecosystem plans, climate change impacts, Census of Marine Life (Elasmobranchs and Marine Mammals), collection of fisheries-dependent and –independent data, and developing and improving HAB forecasts · Coordinate with NMFS Scientists to lay the groundwork for joint projects with the possibility of organizing a workshop or working group meeting in a NMFS Science Center · Produce a final report summarizing all work, meetings, recommendations, and that addresses comments and feedback from NMFS personnel · Advise NMFS on collaboration with Indian agencies and coordinate with NMFS F/ST staff for further follow up and continued relationship building with Indian partners through separate meetings or in conjunction with NOAA level meetings with MoES. Expertise Key areas of expertise include the following: · Ph.D. in environmental and ocean sciences or a related field · Ten or more years of experience working on national and international marine science issues. · Previous experience working with Indian MoES agencies such as INCOIS · Familiarity with Indian government infrastructure and management working style · Knowledge of expertise available and focus areas of interest within fisheries- oriented MoES agencies · Intimate knowledge about NMFS staff expertise and activities. · Experience leading collaborative efforts among various state and federal agencies to coordinate science-oriented activities IT Security The contractor must meet the Department of Commerce IT Security Program Policy and Minimum Implementation Standards (found at http://www.osec.doc.gov/cio/ITSIT/DOC-IT-Security-Program-Policy.htm ). Travel It is expected that the contractor will attend, at a minimum, meetings as follows: · Meetings at the Indian National Center for Ocean Information Service (INCOIS), Hyderabad, India to facilitate discussions with NMFS counterparts and development of a fisheries related research proposal on mutually agreed upon topics; · Meetings at the Centre for Marine Living Resources and Ecology (CMLRE), Kochi, India site to facilitate discussions with NMFS counterparts and development of a fisheries related research proposal on mutually agreed upon topics; · One in-person meeting between the contractor and NOAA F/ST staff at NOAA’s headquarters in Silver Spring, MD. The above travel is part of this contract. Travel will be from the contractor’s place of business to the location of the meeting, wherever scheduled. Period of Performance The work is expected to be part time for a single individual, from December 1, 2011 through May 31, 2012. Place of Performance The work is expected to be conducted in Seattle, Washington. (VII) Date(s) and place(s) of delivery and acceptance : Seattle, Washington Period of performance: December 1, 2011 through May 31, 2012. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items ( June 2008 ), applies to this acquisition. In addition to written price quotes, offers are instructed to provide descriptive literature, capability statement describing qualifications to perform requirements listed in paragraphs (V) and (VI), past performance references. (IX) FAR 52.212-2, Evaluation – Commercial Items ( Jan 1999 ), applies to this acquisition. Paragraph (a) is hereby completed as follows: Award will be based on experience, past performance, and price, The Government will evaluate quotations based on the following evaluation criteria: 1) Experience – please provide summaries of evaluation that reflects the ability to provide this service. 2) Past Performance - the RFQ shall include no fewer than two (2) references, including address, phone number, and point of contact. Past performance will be evaluated in terms of timeliness, and general professionalism. 3) Price Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (M AY 2011) with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial (J UNE 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 (A UG 2011) applies to this acquisition. The following clauses under subparagraph (b) apply (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) ( 15 U.S.C. 632(a)(2) ). (19) 52.222-3, Convict Labor (J UNE 2003)( E.O. 11755). (20) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (J UL 2010) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (O CT 2010) ( 29 U.S.C. 793 ). (39) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) ( 31 U.S.C. 3332 ). The following clauses under subparagraph (c) apply: ( 1) 52.222-41, Service Contract Act of 1965 (Nov 2007) ( 41 U.S.C. 351, et seq.). This RFQ incorporates Wage Determination No.: 2005-2563, Revision No.: 13, Date of Revision: 06/13/2011. (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (M AY 1989) ( 29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one 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/these address(es): http:www.arnet.gov (End of clause). The following additional contract requirements or terms and conditions apply 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) (XIV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 12:00 P.M. EST/EDT on (11/3/2011). All quotes must be faxed or emailed to the attention of Pat McBride-Finneran. The fax number is (301) 713-0518 and email address is patricia.mcbride-finneran@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Pat McBride-Finneran. 301-734-1239, patricia.mcbride-finneran@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/OCSOAR/NFFKST40-12-01041PMF/listing.html)
- Place of Performance
- Address: Seattle, Washington, United States
- Record
- SN02609549-W 20111021/111019234221-025dcb6c7c21b32de84192a44453aa6d (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 |