SOLICITATION NOTICE
B -- Satellite Telemetry/Asses Odontocete - SF 18 - Statement of Work
- Notice Date
- 7/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- NFFR7000-12-04470CE
- Archive Date
- 7/28/2012
- Point of Contact
- Clifford C. Edwards, Phone: 3034976335
- E-Mail Address
-
clifford.c.edwards@noaa.gov
(clifford.c.edwards@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Standard Form (SF 18) my be used for quotes To purchase the use of satellite telemetry to assess odontocete cetaceans responses to sonar exposure at the Atlantic Test and Evaluation Center, (AUTECA) (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: NFFR7000-12-04470CE (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-¬¬59. (IV) This solicitation is being issued as an Open Unrestricted. The associated NAICS code is 541712. (V) This combined solicitation/synopsis is for purchase of the following commercial items: CLIN 0001 - To purchase the use of satellite telemetry to assess odontocete cetaceans responses to sonar exposure (VI) See attached statement of work. (VII) Deliver Date: September 30, 2012 Through September 29, 2013 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (FEB 2012), applies to this acquisition. The offerer may submit quote on attached SF-18 or any form that has the company name and the following information: 1. Quantity 2. Unit of Issue 3. Unit Price 4. Total amount Inquiries: Offerors must submit all questions concerning this solicitation in writing to Clifford Edwards at clifford.c.edwards@noaa.gov Questions should be received no later than 12:00pm MDT on July 24, 2012¬¬¬¬¬¬¬¬¬. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation via FedBizOpps. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factor shall be used to evaluate offers: 1.Technical Factors. 2. Past Performance 3. Price. (b) Prospective contractors should submit resumes of at least 2 key personnel including the project leader. Technical Evaluations Factors: Factor 1 - Technical Approach. Research Plan: The contractor's proposal will be evaluated to determine how well and how completely it addresses research needs identified in this statement of work. Quality of research will be judged based on the appropriateness of the methods and the likelihood of meeting the stated objectives. Factor 2 - Experience, Expertise and Capability of Offeror's Organization: An evaluation of the experience and demonstrated ability of the Contractor's key personnel to conduct the proposed studies. Demonstrated ability will be based on prior experience of both field methods for deploying satellite LIMPET tags and in developing and fitting quantitative models to make inference about spatial ecology. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (APR 2012) (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2012) applies to this acquisition. (XII) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (MAY 2012) 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). (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (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). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (37) 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). (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (47) 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). 52.214-34, Submission of Offers in the English Language (Apr 1991). 52.214-35, Submission of Offer in U.S. Currency (Apr 1991). 52.242-15 Stop-Work Order. 52.217-8 Option to Extend Services. 1352.201-70 Contracting Officer's Authority. 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. (End of clause) 52.252-1 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 address: https://www.acquisition.gov/far/loadmainre.html Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of provision) (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 12:00 PM MST on July 27, 2012. All quotes must be faxed or emailed to the attention of Clifford Edwards. The fax number is (303) 497-6984 and the email address is clifford.c.edwards@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Clifford Edwards the email address: clifford.c.edwards@noaa.gov or fax (303) 497-7719.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NFFR7000-12-04470CE/listing.html)
- Place of Performance
- Address: NOAA/NMFS, (Southwest Fisheries), 3333 N. Torrey Pines Court, La Jolla, California, 92037, United States
- Zip Code: 92037
- Zip Code: 92037
- Record
- SN02809455-W 20120721/120720001230-63b57f51c5b2b93fa8560189aea97e0d (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 |