Research Vessel Charter St. Thomas and St. John, USVI

expired opportunity(Expired)
From: Federal Government(Federal)
1333MF23QNFFN0034

Basic Details

started - 18 May, 2023 (11 months ago)

Start Date

18 May, 2023 (11 months ago)
due - 19 May, 2023 (11 months ago)

Due Date

19 May, 2023 (11 months ago)
Bid Notification

Type

Bid Notification
1333MF23QNFFN0034

Identifier

1333MF23QNFFN0034
COMMERCE, DEPARTMENT OF

Customer / Agency

COMMERCE, DEPARTMENT OF (13431)NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (7456)DEPT OF COMMERCE NOAA (7231)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

---AMENDMENT 1 IS ISSUED TO PROVIDE RESPONSES TO QUESTIONS AND ANSWERS - Q&A DOCUMENT IS ATTACHED. --- - - - - - - - - - - - - - - - - -COMBINED SYNOPSIS/SOLICITATION Research Vessel Charter St. Thomas and St. John, USVI***Services not previously performed under a Purchase Order Any correspondence email subject line should reference the SAM.GOV Notice ID number: 1333MF23QNFFN0034 (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; quotes are being requested and a written solicitation will not be issued.(II) The solicitation number for this procurement is 1333MF23QNFFN0034 and is hereby issued as a request for quotation (RFQ).(III) The solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 2023-03 (MAR 2023) (Deviation 2023-03)(Dec 2022). (IV) This solicitation is being issued as a total small business set-aside. The associated NAICS code is 483112. The small business size standard is 1500 employees.(V) This combined solicitation/synopsis is for the purchase of the following commercial service(s):CLIN structure is included in the attached SF18 - Non-Personal Services: The contractor shall provide two appropriate vessels meeting NOAA Small Boat Program safety requirements and licensed captains knowledgeable in navigation of multiple locations around the islands of St. Thomas and St. John, U.S. Virgin Islands in accordance with the attached Statement of Work (SOW).(VI) Description of requirements can be found in the Statement of Work (SOW) attached to the Sam.gov combined synopsis/solicitation posting.(VII) Period of Performance: See SOWPlace of Performance: The islands of St. Thomas and St. John in the U.S. Virgin Islands; the vessels will be captained to predetermined sites surrounding St. Thomas and St. John.(VIII) FAR 52.212-1, Instructions to Offerors --Commercial Products and Commercial Services (MAR 2023), applies to this acquisition. See addendum ADDENDUM TO FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services ADDITIONAL QUOTE PREPARATION INSTRUCTIONS:NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may result in the offeror being considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.Submission of Quotes1. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Only Email quotes are acceptable and can be sent to Shawana.Randolph@noaa.gov2. Contractor shall have an active registration in the System for Award Management (SAM) found at www.SAM.gov in order to provide a quote and be eligible for award.3. Vendor's response to this Request for Quote shall consist of the documents outlined in the Combined Synopsis Solicitation and outlined in the Contents of a Bid Package included in the SF18. (1) The offer must be prepared in two parts: A technical quote and a business/price quote. Each of the parts shall be separate and complete in itself so that evaluation of one may be accomplished independently from evaluation of the other. The technical quote must not contain reference to price; however, adequate information must be contained in the technical quote so that the offeror’s technical approach is sufficiently detailed to provide a clear and concise presentation that addresses all contract requirements and demonstrates a clear understanding of the requirements. (2) The offeror shall submit:a. Technical Quote: One (1) copy, electronic required. 20 page maximumb. Business/Price Quote: One (1) copy, electronic required.Each part shall be clearly marked by title. There is no page limitation for the price quote.(3) The Government will evaluate quotes in accordance with the provisions set forth in this section and with the evaluation criteria stated below.(4) The Offerors shall identify and explain any exceptions or deviations taken to any part of the solicitation or conditional assumptions made with respect to the technical requirements of the solicitation. Offerors should note that taking exceptions to the Government’s requirements may indicate an unwillingness or inability to perform the contract, and the quote may be evaluated as such.(b) Technical QuoteVendors shall submit the following in their technical quote: Factor 1--TECHNICAL APPROACH. The quotation will be evaluated on how the offeror intends to organize, staff and manage the contract and the means that will be used to accomplish the contract requirements. The degree to which the quotation demonstrates an understanding of the requirements will be evaluated, as well as the offeror's planned management of consultants and subcontractors, if applicable. The selected vendor will provide the appropriate vessel and fuel to meet daily travel to specified sites. The contractor submission shall include any of the following applicable documents with their package: o USCG Letter of Designation (LOD o USCG Certificate of Inspection (COI) o Copies of all Merchant Mariner Credentials for the Master as well as credentials for an additional operator for voyages longer than 12 hours (personal data such as address can be blanked out) o USCG Uninspected Passenger Vessel Examinations (UPV) Factor 2--EXPERIENCE. The offeror's background, experience, and qualifications will be assessed to determine the likelihood that that offeror can successfully perform the contract requirements and the degree of the risk of non-performance. The selected vendor shall have demonstrated experience operating small vessels in the navigable waters surrounding St. Thomas and St. John.Factor 3--PAST PERFORMANCE. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, effective management of subcontractors, cost management, level of communication between the contracting parties, proactive management and customer satisfaction.Offeror shall provide at least three (3) past performance references. Provide name, address, phone number, and description of the project.If a quoter has no relevant past performance, the quoter must affirmatively state that it possesses no relevant past performance history. Offerors who fail to either provide past performance information or affirmatively state that they have none, may be considered as non-compliant to the solicitation. (IX) FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Nov 2021), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (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, price and other factors considered. The following factors shall be used to evaluate offers. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Technical Approach - quote shall meet or exceed the specified requirements stated in the Statement of Work.2) Experience3) Past Performance 4) Cost/Price The Government intends to award a best value trade-off firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of provision)(X) 52.212-3 Offeror Representations and Certifications - Commercial Products and Commercial Services (Deviation 2023-03)(DEC 2022) applies and if applicable the quoter must submit a completed copy of the provision with its quote. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Conditions—Commercial Products and Commercial Services (DEC 2022) applies to this acquisition.(XII) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (MAR 2023) (Deviation 2023-03)(DEC 2022)(Deviation 2021-06)(Sept 2021)(Deviation 2020-05)(Apr 2020) (Deviation 2017-05)(Sept 2017) applies to this acquisition. (XIII) The clauses/provisions contained in the SF18 are also applicable to this acquisition. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.(XV) Quotes are required to be received in the contracting office as outlined in the SAM.GOV “General Information” section of the posting. All quotes must be emailed to the attention of Shawana Randolph at Shawana.Randolph@noaa.govThe email subject line should reference the SAM.GOV Notice ID number: 1333MF23QNFFN0034(XVI) CAM 1352.215-72 Inquiries (APR 2010)Offerors must submit all questions concerning this solicitation in writing to Shawana.Randolph@noaa.gov . Questions must be submitted by Noon 3 business days before Offers are due. 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. (End of clause) "THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT".

Location

Country : USA

You may also like

SWAN WINTER VESSEL CHARTER

Due: 15 Apr, 2025 (in 11 months)Agency: NATIONAL PARK SERVICE

8 DAY VESSEL CHARTER

Due: 31 Aug, 2024 (in 4 months)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

Classification

naicsCode 483112Deep Sea Passenger Transportation
pscCode V224Passenger Marine Charter Service