Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2012 FBO #3900
SOLICITATION NOTICE

F -- COORDINATOR OF MARINE DEBRIS CLEANUP AND SIGNAGE FOR THE OLYMPIC COAST NATIONAL MARINE SANCTUARY (OCNMS)

Notice Date
7/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental 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
NCND6026-12-02972SRG
 
Archive Date
8/9/2012
 
Point of Contact
Suzanne A Romberg-Garrett, Phone: 303-497-5110
 
E-Mail Address
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION COORDINATOR OF MARINE DEBRIS CLEANUP AND SIGNAGE FOR THE OLYMPIC COAST NATIONAL MARINE SANCTUARY (OCNMS) (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 NCND6026-12-02972SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541620. The business size standard is $14 million. (V) This combined solicitation/synopsis is for purchase of the following commercial products: CLIN 0001 - COORDINATOR OF MARINE DEBRIS CLEANUP AND SIGNAGE FOR THE OLYMPIC COAST NATIONAL MARINE SANCTUARY (OCNMS) (VI) 1. In collaboration with OCNMS, identify sponsors and locations for four dumpsters (3 in Washington and 1 in Oregon) that will be on location for 1 year and emptied as needed (estimated at once per month) to support recycling and disposal of marine debris. Location of dumpsters and the selection of sponsors will be coordinated with and pre-approved by OCNMS 2. Provide limited supplies (e.g., garbage bags and gloves) to cleanup sponsors to facilitate cleanup efforts 3. In collaboration with OCNMS, develop and place JTMD interpretive signage at the dumpster locations. All signage must be approved by OCNMS 4. Arrange and contract for Washington Conservation Corps or Student Conservation Association crews to conduct cleanups at remote shoreline locations (estimated total of 2 month's effort over the contract period) 5. Provide quarterly reports to OCNMS Resource Protection Specialist Liam Antrim. Reports will outline activities, accomplishments toward deliverables, data on estimated volumes or weight of debris collected, challenges of implementation, and upcoming efforts. (VII) Period of Performance: Date of award for one year. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (FEB 2012), applies to this acquisition. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.gov or faxed at 303-497-3163 no later than 4:00 p.m. MST, August 1, 2012. (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 award will be made to the firm offering the best value to the Government. All evaluating factors will have similar or same ranking under the best value. Paragraph (a) is hereby completed as follows and the best value evaluation factors will be based on: The following Contractor qualifications are required and each will be measured as bad for entry level or no previous experience/ knowledge; good for some knowledge 2 years and under, excellent for more than two years. Please provide past work experience and provide references (reference to include company name, email, phone, and contact person). 1. Our selection of a contractor will be based in part, by the applicant's experience and demonstrated ability to work with other government agencies and coastal tribes that will host the dumpster locations. Other criteria will be the applicant's ability to help Olympic Coast National Marine Sanctuary (OCNMS) communicate the purpose of the project as it relates to the Japan tsunami marine debris (JTMD) cleanup. It is up to the applicant to make the case that they can meet these criteria. 2. The applicant should have experience or knowledge of property ownership and use restrictions on federal, tribal, state and private land along Washington's outer coast and the Port Orford, OR area. They should also be familiar with the optimal locations for dumpster positioning along Washington's outer coast north of the Copalis River. 3. Ability to coordinate cleanup activities with OCNMS, POORT (Port Orford Ocean Resource Team), Washington Clean Coast Alliance, Olympic National Park, and coastal tribes (Quinault Nation, Hoh, Quileute and Makah tribes). The applicant should demonstrate experience 1) working with federal, tribal and state partners, 2) coordinating volunteer and/or organizing activities on federal, tribal and state lands and, 3) ideally, should demonstrate established technical contacts within these organizations. 4. Interpretive signage is needed for each dumpster location. The exact specification on the JTMD interpretive signage has not been determined, and applicant recommendations will be considered in evaluating proposals. Messaging should include safety tips, guidance on handling and reporting of hazardous materials, and rules for cleanup and dumpster use associated with shoreline marine debris. Past experience developing messaging for and production of interpretive signs should be outlined. Signs must be placed on or attached to dumpsters and be easily transferrable at dumpster change out. 5. Price The Government intends to award a 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 (APR 2012), 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 (Feb 2012) 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 (JULY 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d) (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 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: http://www.arnet.gov (End of Clause) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.216-7, Allowable Cost and Payment (Jun 2011) 52.217-8, Option to Extend Services (Nov 1999) 52.246-16, Responsibilities For Supplies (Apr 1984) 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. (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 4:00 P.M. Mountain Standard Time on MST, August 8, 2012. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-3163 and the email address is Suzanne.Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett through the email address: Suzanne.Garrett@noaa.gov or fax (303) 497-3163.   STATEMENT OF WORK Marine Debris Cleanup Coordination Olympic Coast National Marine Sanctuary 115 East Railroad Ave., Suite 301 Port Angeles, WA 98362 Procurement Request Number: NCND6026-12-02972 Background Receding waters from the tsunami that struck Japan on March 11, 2011, carried roughly 5 million tons of debris offshore. Much debris sank near shore, while an estimated 1.5 million tons of Japan tsunami marine debris (JTMD) was carried eastward by ocean currents and winds across the North Pacific Ocean. There is uncertainty and speculation about how much and what types of JTMD will reach shores of the eastern North Pacific Coast. Nevertheless, considerable amounts of debris attributable to the tsunami are already arriving on outer coasts of Washington and Oregon, and the highest density of floating debris has not yet reached these shores. Federal, state, tribal, local governments and agencies have been working on response plans, defining responsibilities, and trying to identify resources to address this unprecedented incident. An approach is developing that will depend on local, non-profit and volunteer groups to assist in cleanup efforts. The Office of National Marine Sanctuaries (ONMS) is doing what they can to support this developing effort. ONMS has identified funding to support locally-organized volunteer JTMD cleanup efforts by providing dumpsters at strategic locations. ONMS has reviewed other, ongoing efforts and has tried to target its limited resources so efforts are supportive and not duplicative. Introduction Olympic Coast National Marine Sanctuary (OCNMS) is in need of a coordinator to arrange for rental of large dumpsters (20-30 yard) to be placed at strategic locations along the Oregon and Washington coasts and to support marine debris cleanup and education activities. Locations in Washington will be adjacent to OCNMS and identified in coordination with local entities and property owners, e.g., Olympic National Park and coastal tribes. In Oregon, a dumpster will be located in the Port Orford area. The local entity will need to act as a sponsor, take some responsibility for monitoring the location of the dumpster and it use, support local beach cleanups, and be able to provide cleanup groups and the public with information on JTMD cleanup activities. Qualifications The following Contractor qualifications are required and each will be measured as bad is entry level or no previous experience/ knowledge; good is some knowledge 2 years and under, excellent more than two years. Please provide past work experience and provide references (reference to include company name, email, phone, and contact person). • Our selection of a contractor will be based in part, by the applicant's experience and demonstrated ability to work with other government agencies and coastal tribes that will host the dumpster locations. Other criteria will be the applicant's ability to help Olympic Coast National Marine Sanctuary (OCNMS) communicate the purpose of the project as it relates to the Japan tsunami marine debris (JTMD) cleanup. It is up to the applicant to make the case that they can meet these criteria. 6. The applicant should have experience or knowledge of property ownership and use restrictions on federal, tribal, state and private land along Washington's outer coast and the Port Orford, OR area. They should also be familiar with the optimal locations for dumpster positioning along Washington's outer coast north of the Copalis River. 7. Ability to coordinate cleanup activities with OCNMS, POORT (Port Orford Ocean Resource Team), Washington Clean Coast Alliance, Olympic National Park, and coastal tribes (Quinault Nation, Hoh, Quileute and Makah tribes). The applicant should demonstrate experience 1) working with federal, tribal and state partners, 2) coordinating volunteer and/or organizing activities on federal, tribal and state lands and, 3) ideally, should demonstrate established technical contacts within these organizations. 8. Interpretive signage is needed for each dumpster location. The exact specification on the JTMD interpretive signage has not been determined, and applicant recommendations will be considered in evaluating proposals. Messaging should include safety tips, guidance on handling and reporting of hazardous materials, and rules for cleanup and dumpster use associated with shoreline marine debris. Past experience developing messaging for and production of interpretive signs should be outlined. Signs must be placed on or attached to dumpsters and be easily transferrable at dumpster change out. Period of Performance Period of performance one year from date of award. Period of performance may be modified to accommodate the award date and the schedules of the garbage disposal contracts and work crews. Deliverables 9. In collaboration with OCNMS, identify sponsors and locations for four dumpsters (3 in Washington and 1 in Oregon) that will be on location for 1 year and emptied as needed (estimated at once per month) to support recycling and disposal of marine debris. Location of dumpsters and the selection of sponsors will be coordinated with and pre-approved by OCNMS 10. Provide limited supplies (e.g., garbage bags and gloves) to cleanup sponsors to facilitate cleanup efforts 11. In collaboration with OCNMS, develop and place JTMD interpretive signage at the dumpster locations. All signage must be approved by OCNMS 12. Arrange and contract for Washington Conservation Corps or Student Conservation Association crews to conduct cleanups at remote shoreline locations (estimated total of 2 month's effort over the contract period) 13. Provide quarterly reports to OCNMS Resource Protection Specialist Liam Antrim. Reports will outline activities, accomplishments toward deliverables, data on estimated volumes or weight of debris collected, challenges of implementation, and upcoming efforts. IT Security Requirements The Certification and Accreditation (C&A) or Assessment and Authentication (A&A) requirements of Clause 48 CFR 1352.239-72 do not apply, and a Security Accreditation Package is not required. The contractor will not have access to any government owned equipment or be furnished government privileged information. Printing Contractor will not be reimbursed for printing expenses. Payment Monthly invoices will be submitted to the COR at the address listed below: DOC/NOAA/NOS/OCNMS ATTN: Norma Klein TITLE: Administrative Support Assistant 115 East Railroad Ave., Suite 301 Port Angeles, WA 98362 Phone #360-457-6622 ext #10 Fax# 360-457-8496 E-mail Address: norma.klein@noaa.gov Travel Requirements: The Contractor will make his own travel arrangements and also pay for his own travel costs in accordance with the Federal Travel Regulations. No invitational travel orders will be issued to the Contractor. 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. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NCND6026-12-02972SRG/listing.html)
 
Place of Performance
Address: OLYMPIC COAST NATL MARINE SAN, 115 E RAILROAD AVE., STE 301, PORT ANGELES, Washington, 98362-2925, United States
Zip Code: 98362-2925
 
Record
SN02818368-W 20120729/120728000258-30f76ea7d121bc7c21ab8b67e137a995 (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.