After-Hours Telephone Answering Service for Pre-Trip Notification System
08/23/2019 - Amendment 0001 - Answers Questions and Extends the Due Date for Quotes THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQU... 08/23/2019 - Amendment 0001 - Answers Questions and Extends the Due Date for Quotes THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6 and PART 13, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This synopsis/solicitation number is 1305M219QNFFM02328 and is being issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-02. The National Oceanic Atmospheric Administration (NOAA), Fisheries Sampling Branch has a requirement for after-hours answering service for the Pre-Trip Notification System (PTNS) for vessels sailing primarily from Maine to New Jersey. The Period of Performance for the base year is November 1, 2019 - October 31, 2020 and includes four consecutive option years. Total Contract Period of Performance if all Options are exercised is November 1, 2019 - October 31, 2024. The RFQ is being issued as a 100% Small Business Set Aside. The associated NAICS code is 561421, Telephone Answering Service, with a business size standard of $15 Million. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the Lowest Price Technically Acceptable Offer (LPTA). Technically acceptable is defined as the offeror's ability to meet all the requirements/salient characteristics identified in the Statement of Work/Specification and the offeror's demonstrated ability to perform the contract successfully through Past Performance. Only the lowest priced offer will be evaluated for technical acceptability. If the lowest priced offer is found not to be technically acceptable, then the next lowest priced offer will be evaluated. This process will continue until a technically acceptable offer is identified; not all offers will be evaluated. The following factors shall be used to evaluate offers: (1) Technical, (2) Past Performance, and (3) Price (1) Technical (Pass/Fail) The government will evaluate the offeror's ability and method/approach to providing all the requirements in the Statement of Work as identified in their technical section/proposal. Technical will be rated as to the extent the offeror can clearly and fully demonstrate that it has a thorough understanding of the requirements and can successfully provide the requirements. Offerors that cannot specifically address their ability and method/approach to providing all the requirements in the Statement of Work or that do not submit a Technical Section with their offer may be rejected without further consideration. (2) Past Performance (Pass/Fail) The Government will evaluate an offeror's past performance to determine the degree to which current and previous contract efforts indicate the probability of the offeror successfully accomplishing/performing the requirements of the Statement of Work. The currency and relevancy of the information, source of the information, context of the data, and general trends in contractor's performance will be considered. Past performance information received from the offeror shall be within the past 3 years or ongoing and be relevant to this requirement (i.e. the same or similar requirements.) Only relevant past performance will be evaluated. (3) Price (Only the lowest priced technically acceptable offer will be evaluated on Price) The Government will evaluate price for reasonableness and award a contract to the offeror with the lowest priced technically acceptable offer. Offerors are required to provide a unit price for all items. A zero dollar figure (tiny_mce_marker.00) unit price means the Offeror will provide the service or supply at no charge to the Government. Unit price left blank or annotated with something other than a dollar figure will be considered unacceptable and the Government has discretion whether to reject the offer without any further consideration. "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). Please see the attached Schedule/Requirement and Statement of Work (SOW) for full details. Additionally, each offeror must provide the following information with the quote: 1. The Request for Quote (RFQ) number; 2. The Name, Address, Telephone Number, and DUNS Number of the Offeror; 3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Quotes that reject the terms and conditions of the RFQ may be excluded from consideration; 4. Acknowledgment of Solicitation Amendments (SF-30), if any, and; 5. A completed copy of the representations at FAR 52.209-11 and representations and certifications at FAR 52.212-3, if applicable. 6. Provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. This must be in a separate document from all pricing information. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 4:00 P.M. Eastern on August 26, 2019. Quotes must be submitted electronically via e-mail to Wendy.Culbreth@noaa.gov All questions must be submitted in writing to Wendy.Culbreth@noaa.gov by 11:00 A.M. Eastern on August 22, 2019. Telephone inquiries will not be honored. The anticipated award date is on or about September 5, 2019. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Per FAR 52.222-49 - This Contract is subject to the Service Contract Labor Standards, and the place of performance is unknown when the solicitation was issued. Awarded contractor must comply with the Department of Labor, Wage Determinations for the area in which contract is performed. Switch Board Operator/Receptionist has been determined to be the Occupational Code Title with an $14.96 wage rate in the Massachusetts area. Wage determination for the area of contract award will be attached at the time of award.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »