NOAA OMAO FLEET RECAPITALIZATION SRB REQUIREMENT

expired opportunity(Expired)
From: Federal Government(Federal)
EA133M18RQ0109

Basic Details

started - 28 Dec, 2017 (about 6 years ago)

Start Date

28 Dec, 2017 (about 6 years ago)
due - 17 Jan, 2018 (about 6 years ago)

Due Date

17 Jan, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
EA133M18RQ0109

Identifier

EA133M18RQ0109
Department of Commerce

Customer / Agency

COMMERCE, DEPARTMENT OF (13219)NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (7320)DEPT OF COMMERCE NOAA (7103)
[object Object]

SetAside

WOSB(Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15))

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.

This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This is a solicitation from the U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office (AGO), Eastern Region Acquisition Division (ERAD) - Norfolk Office. The requirement, develop and sustain a Standing Review Board (SRB) for continued NOAA Office of Marine and Aviation Operations (OMAO) fleet recapitalization efforts, is for a hybrid firm fixed price and time-and-materials purchase order with a one-year period of performance from the date of award with four (4) one-year option periods.This announcement constitutes the only solicitation. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. All quotes must be received via mail or email to the attention of James Rall, Contract Specialist,
by 2:00 PM Eastern Standard Time (EST) on January 17, 2017. The email address is james.rall@noaa.gov and andrew.hildebrandt@noaa.gov.The DOC/AGO/ERAD - Norfolk Office requires that all contractors doing business with this office be registered with the System for Award Management (SAM). An award cannot be made unless the Quoter is registered in SAM. For additional information, and to register in SAM, please access the following website: https://www.sam.gov/. In order to register with SAM and to be eligible to receive an award from this acquisition office, all Quoters must first have a Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number. A DUNS number may be acquired free of charge at the following website: http://fedgov.dnb.com/webform.This notice is hereby issued as Request for Quotation (RFQ) EA133M18RQ0109. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS code is 541611, Administrative Management and General Management Consulting Services.This is a 100% Total Women-Owned Small Business (WOSB) Set-aside.The DOC/AGO/ERAD - Norfolk Office requests responses from qualified sources capable of providing the consulting services for OMAO Fleet SRB as described in the Statement of Work (SOW) attachment.The period of performance is one (1) year from the date of award for the base year with four (4) one-year options.PRICE/QUOTE: This is for a purchase order for commercial services. The purchase order lines items (CLINs) will be quoted and completed in accordance with the RFQ.BASE YEAR: Period of performance (date of award twelve calendar months thereafter)CLIN 0001: COMPLETE STANDING REVIEW BOARD (SRB) SUPPORT FOR FLEET RECAPITALIZATION IN ACCORDANCE WITH STATEMENT OF WORK CLIN 0001: 1.00 JB $_____________________ CLIN 0002: PROGRAM MANAGEMENT SERVICES FOR COMPLETION OF STANDING REVIEW BOARD AND ASSOCIATED TRAVEL (TIME-AND-MATERIALS CLIN)Program Management Services Rate $_____/hr.Associated Travel $_______/lot CLIN 0002: 1.00 LO $_____________________  OPTION YEAR ONECLIN 1001: COMPLETE STANDING REVIEW BOARD (SRB) SUPPORT FOR FLEET RECAPITALIZATION IN ACCORDANCE WITH STATEMENT OF WORK CLIN 1001: 1.00 JB $_____________________  CLIN 1002: PROGRAM MANAGEMENT SERVICES FOR COMPLETION OF STANDING REVIEW BOARD AND ASSOCIATED TRAVEL (TIME-AND-MATERIALS CLIN) Program Management Services Rate $_____/hr.Associated Travel $_______/lot CLIN 1002: 1.00 LO $_____________________  OPTION YEAR TWO CLIN 2001: COMPLETE STANDING REVIEW BOARD (SRB) SUPPORT FOR FLEET RECAPITALIZATION IN ACCORDANCE WITH STATEMENT OF WORK CLIN 2001: 1.00 JB $_____________________ CLIN 2002: PROGRAM MANAGEMENT SERVICES FOR COMPLETION OF STANDING REVIEW BOARD AND ASSOCIATED TRAVEL (TIME-AND-MATERIALS CLIN)Program Management Services Rate $_____/hr.Associated Travel $_______/lot CLIN 2002: 1.00 LO $_____________________  OPTION YEAR THREE CLIN 3001: COMPLETE STANDING REVIEW BOARD (SRB) SUPPORT FOR FLEET RECAPITALIZATION IN ACCORDANCE WITH STATEMENT OF WORK CLIN 3001: 1.00 JB $_____________________  CLIN 3002: PROGRAM MANAGEMENT SERVICES FOR COMPLETION OF STANDING REVIEW BOARD AND ASSOCIATED TRAVEL (TIME-AND-MATERIALS CLIN) Program Management Services Rate $_____/hr.Associated Travel $_______/lot CLIN 3002: 1.00 LO $_____________________ OPTION YEAR FOURCLIN 4001: COMPLETE STANDING REVIEW BOARD (SRB) SUPPORT FOR FLEET RECAPITALIZATION IN ACCORDANCE WITH STATEMENT OF WORK CLIN 4001: 1.00 JB $_____________________ CLIN 4002: PROGRAM MANAGEMENT SERVICES FOR COMPLETION OF STANDING REVIEW BOARD AND ASSOCIATED TRAVEL (TIME-AND-MATERIALS CLIN)Program Management Services Rate $_____/hr.Associated Travel $_______/lot CLIN 4002: 1.00 LO $_____________________  CLAUSES AND PROVISIONS52.252-1 Solicitation Provisions Incorporated by Reference52.252-2 Clauses Incorporated by ReferenceThe following FAR provision and clauses are applicable to this procurement:52.203-3 Gratuities (Apr 1984)52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014)52.203.98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02)52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02)52.204-7 Systems for Award Management (Oct 2016)52.204-13 Systems for Award Management Maintenance (Oct 2016)52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)52.209-5 Certification Regarding Responsibility Matters (Oct 2015)52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under Federal Law (FEB 2016)52.212-1 Instructions to Offerors - Commercial Items (Jan 2017)52.212-2 Evaluation-Commercial Items (OCT 2014)52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2017)52.212-4 Contract Terms and Conditions (Jan 2017); Alternate I (Jan 2017)52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (NOV 2017), Section (b) (4), (8), (19), (24), (25), (26), (27), (28), (29), (30), (31), (32), (33), (42), (49), (55), (59)52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition (Feb 2007)52.217-5 Evaluation of Options (July 1990)52.217-8 Option to Extend Services (Nov 1999)52.217-9 Option to Extend the Term of the Contract (Mar 2000)52.222-22 Previous Contracts and Compliance Reports (Feb 1999)52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015)52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)52.233-2 Service of Protest (SEP 2006)FAR clauses and provisions are available on the internet website: https://www.acquisition.gov/?q=browsefarQuoters shall include a completed copy of 52.212-3 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:Commerce Acquisition Regulation (CAR)1352.201-70 Contracting Officer's Authority (APR 2010)1352.201-72 Contracting Officer's Representative (COR) (APR 2010)1352.209-73 Compliance with the Laws (APR 2010)1352.209-74 Organizational Conflict of Interest (APR 2010)1352.233-70 Agency Protests (Apr 2010)1352.233-71 GAO and Court of Federal Claims Protests (Apr 2010)1352.237-71 Security Processing Requirements - Low Risk Contracts1352.246-70 Place of Acceptance (APR 2010) (NOAA AOC)1352.270-70 Period of Performance (one [1] year from the date of award for the base year with four [4] one-year options)NOAA Acquisition Manual (NAM)1330-52.237-10 Contractor Communications1330-52.242-70 NOAA Acquisition and Grants Ombudsman (Oct 2016)CAR clauses and provisions are available on the internet website: http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title48/48cfrv5_02.tplRFQ SUBMISSIONThis announcement will close at 2:00 PM Eastern Standard Time (EST) on January 17, 2017.Addendum to 52.212-1 Instructions to Offerors - Commercial Items (Jan 2017)1) Inquiries - Inquiries and all correspondence concerning this solicitation document should be submitted in writing to James Rall, at james.rall@noaa.gov, and Andrew Hildebrandt, at andrew.hildebrandt@noaa.gov, by 2:00 EST on January 10, 2017. The Government is not required to provide responses to vendor's inquiries or correspondence.2) Quotation PreparationThe following instructions apply for the submission of quotes:a. Quotes shall be submitted in three (3) separate volumes:Volume I - Past PerformanceVolume II - TechnicalVolume III - Priceb. The technical volume shall NOT contain any reference to price. It is incumbent upon the Quoter to provide a technical volume in sufficient detail to provide a clear and concise presentation that includes, but is not limited to, the technical requirements of the RFQ.c. The Government will evaluate quotes in accordance with the evaluation criteria set forth in FAR 52.212-2 of this RFQ.3) Quote Instructionsa. Past Performance:Past performance will be used as a means of evaluating the relative capability of the Quoter to successfully meet the requirements of this solicitation. Quoters are required to provide information on no more than three (3) of the firm's most recently completed contracts/orders (not to exceed five (5) years since completion) for like or similar work. Quoters may submit performance data regarding current contract performance as long as a minimum of one year of performance has been completed as of the closing date of this solicitation.Each Quoter shall submit, in writing, information on past performance (10 page limit). Quoters shall provide a detailed explanation demonstrating recapitalization experience with NOAA or demonstrated equivalent experience with recapitalization efforts relevant to the requirements of the solicitation. In addition, the Quoter is required to send Attachment 02, Past Performance Questionnaire, to those government and commercial activities provided by the Quoter in their submission. The information shall be completed by the references who will then forward the completed questionnaires to the following:James Ralljames.rall@noaa.gov (Cc andrew.hildebrandt@noaa.gov)U.S. Department of Commerce/NOAA/ERADThe Government will not accept Questionnaires directly from the Quoter. Only Questionnaires submitted on time and from the Quoter's references will be accepted.The Government will conduct a past performance evaluation based upon the past performance of the Quoter as it relates to the Quoter's demonstrated past performance with recapitalization efforts and the probability of the Quoter to provide the Government with quality service as covered within the solicitation.Quoters are cautioned that the Government reserves the right to obtain information for use in the evaluation of past performance from any sources including sources outside of the Government. The Government will obtain whatever information it deems most relevant to the required effort by telephonic and/or written inquiry. This information may include Contractor Performance Assessment Reporting System (CPARS); Past Performance Information Retrieval System (PPIRS) reports, the Federal Awardee Performance and Integrity System (FAPIIS), or past performance information from any source.The burden of providing thorough, complete, and demonstrated relevant past performance information with recapitalization efforts rests with the Quoter. Any Past Performance Questionnaire(s) received at the Government office designated herein after the exact time specified for receipt of past performance information is "late" and may not be considered for evaluation. If the Quoter possess no relevant past performance, it should affirmatively state so in the quote.Quotes lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A neutral rating will not be evaluated favorably or unfavorably. However, the submission with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous submission to the Government when compared to the submissions of other Quoters having a satisfactory (or better) past performance.b. Technical: Each Quoter shall submit a technical submission (10 page limit). The technical submission should be sufficiently specific, detailed and complete so as to clearly and fully demonstrate that the Quoter has a thorough understanding of the requirements set forth in the Statement of Work (SOW). Quotes which merely state that requirements are understood and will be complied with, which paraphrase the specification document, the SOW or parts thereof, or use phrases such as "standard consulting practices will be employed", or "well established techniques will be employed", etc., may be considered unacceptable. The technical submission shall include the Management Approach. This may be expressed as the Quoter's proposed approach or methodology to performing the work required in the RFQ. This criterion measures how well the Quoter's plan presents an efficient and realistic approach to fulfilling the solicitation's requirements. It also measures how likely the Quoter's suggested organization and management will be successful in performing the work.c. Price: The Quoter shall submit all information required for the line items included within this solicitation. The quoted prices for the line items will be added together and used for evaluation purposes to determine the best value to the government over the base year, inclusive with each subsequent option year, over the life of the contract. The quoted prices will also be used to determine reasonableness.52.212-2 -- Evaluation -- Commercial Items. (Jan 2017)(a) The Government will award a contract resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following non-price factors shall be used to evaluate quotes:• Past Performance• TechnicalPast Performance is the most important factor. Past Performance and Technical, when combined, are significantly more important than price. However, the Government will not award at significantly higher prices to only achieve slightly better performance. The Government will assess the benefits or better performance versus the added price through trade-off analysis. As non-price factors become equal-price becomes increasingly important.(b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote 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 a quote, mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in a binding purchase order without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.ATTACHMENTS01: SOW--OMAO SRB Requirement--EA133M18RQ010902: Past Performance Questionnaire for EA133M18RQ0109******* End of Combined Synopsis/Solicitation ********

Silver Spring, Maryland 20910 United StatesLocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Silver Spring

You may also like

NOAA/OMAO/AOC - Total WP-3D Aircraft Equipment Maintenance and Overhaul Support Services

Due: 08 Apr, 2024 (in 10 days)Agency: COMMERCE, DEPARTMENT OF

COMMISSIONED PERSONNEL SUPPORT FOR NOAA OMAO

Due: 24 Apr, 2025 (in 13 months)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

Classification

541 -- Professional, Scientific, and Technical Services/541611 -- Administrative Management and General Management Consulting Services
naicsCode 541611Administrative Management and General Management Consulting Services
pscCode RSUPPORT SVCS (PROF, ADMIN, MGMT)