The RFP Database
New business relationships start here

Grant Writing Workshops and Consulting Services for the NOAA Office for Coastal Management


Maryland, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS/SOLICITATION


Grant Writing Workshops and Consulting Services for the NOAA/NOS/Office for Coastal Management



(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)    This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1333MG19QNCND0001


(III)    The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 (AUG 2019) Deviation 2019-03.


(IV)    This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541611. The small business size standard is $15.0M.


(V)    This combined solicitation/synopsis is for purchase of the following commercial item(s)/services:


Line Item 0001 - Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for Grant Writing Workshops and Consulting Services in Miami, Florida; San Juan, Puerto Rico; and St. Thomas, U.S. Virgin Islands, in accordance with the Performance Work Statement, which is attached to the Standard Form SF-18, Request For Quote.


(VI)    Description of requirements is as follows:
See Performance Work Statement which is attached to the SF-18 Request for Quote Form. The Service Contract Labor Standards Act applies for the following:


Miami-Dade County in the state of Florida
Service Contract Act WD #: 2015-4543 Rev 12, 7/15/19


San Juan, Puerto Rico
Service Contract Act WD #: 2015-5708 Rev 11, 8/1/2019


St. Thomas, U.S. Virgin Islands
Service Contract Act WD #: 2015-5716 Rev 8, 8/1/2019


Department of Labor Wage Rates found at https://beta.sam.gov/


(VII)    Date(s) and place(s) of delivery and acceptance are Miami, Florida; San Juan, Puerto Rico; and St. Thomas, U.S. Virgin Islands.


Period of performance shall be:
Award date through 12/31/2019


(VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items 2019-05 (AUG 2019) Deviation 2019-03, applies to this acquisition and is in full text in the RFQ SF-18.


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 be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.


In addition to written price quotes, offers are instructed to provide:
1. Quotes shall be fully executed and returned on the Standard Form (SF) 18 and any acknowledgements of solicitation amendments on the SF 30.


2. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable and can be sent to stephanie.fisher@noaa.gov.


3. At a minimum the contractor shall provide the following information:
   a) Point of contact name, telephone and E-mail address.
   b) DUNS Number


4. Provide all evaluation criteria in accordance with 52.212-2 in this package.


5. The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/SAM/.


CONTRACTORS MUST BE ACTIVE IN SAM IN ORDER FOR QUOTES TO BE ACCEPTABLE.


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.



(IX) FAR 52.212-2, Evaluation - Commercial Items 2019-05 (AUG 2019) Deviation 2019-03, applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a).


(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:


1) Technical Capability - It is the contractor's responsibility to provide, with the quote, all necessary documentation and/or information for the government to make a determination that experience and skills can be met by the contractor.


2) Past Performance - quote shall include at least two reference for similar services including a name, the phone number, full address, and email address (if available). The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the offeror, the agency's knowledge of the contractor performance, other government agencies or commercial entities, or past performance databases, and past performance will be based on responsiveness, timeliness, quality, and customer service; and


3) Price. The government intends to award a firm-fixed price order on a best value basis.


(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) The clause at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018), applies to this acquisition and is in full text in the RFQ SF-18.


The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/SAM/


(XI) The clause at 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) (Deviation 2017-02)(Aug 2017), applies to this acquisition and is in full text in the RFQ SF-18.


(XII) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Aug 2019) (Deviation 2019-03) (Jun 2019), applies to this acquisition and is in full text in the RFQ SF-18.


(XIII) The following clauses are also applicable to this acquisition. Additional clauses can be found in the RFQ SF-18:


52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
https://www.acquisition.gov/far/
(End of provision)


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):
https://www.acquisition.gov/far/
(End of clause)


52.252-6 Authorized Deviations in Clauses (Apr 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Commerce Acquisition Regulation. (48 CFR 1352) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of clause)


52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. (Jan 2017)(Reference)
52.204-7 System for Award Management (Oct 2018)
52.232-18 Availability of Funds (Apr 1984)(Reference)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)(Reference)


52.217-8 Option to Extend Services (Nov 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days of the contract period.
(End of clause)


Inclusion of FAR clause 52.217-8, Option to Extend Services, in the solicitation and resultant contract is for use by the Government as outlined at FAR 37.111, Extension of Services. The option will be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise.


(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.



(XV) Quotes are required to be received in the contracting office no later than 12:00 P.M. HST on August 30, 2019. All quotes must be faxed or emailed to the attention of Stephanie Fisher. The fax number is (808) 725-5260 and email address is Stephanie.Fisher@noaa.gov


(XVI) Any questions regarding this solicitation should be directed to Stephanie Fisher, 808-725-5257. Email address is Stephanie.Fisher@noaa.gov



Stephanie Fisher, Contracting Officer, Phone 808-725-5257, Fax 808-725-5260, Email Stephanie.Fisher@noaa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP