Vessel & Field Research Operations Support Services
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Oct 05, 2023 03:56 pm CDT
- Original Published Date: Sep 27, 2023 11:33 am CDT
- Updated Date Offers Due: Oct 26, 2023 02:00 pm CDT
- Original Date Offers Due: Oct 26, 2023 02:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Nov 10, 2023
- Original Inactive Date: Nov 10, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
- NAICS Code:
- 541990 - All Other Professional, Scientific, and Technical Services
- Place of Performance: USA
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 1305M223RNCNM0026. The solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05, dated August 15, 2023. This solicitation is issued as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The associated NAICS code is 541990 (All Other Professional, Scientific, and Technical Services) with a size standard of $19.5 million. See the attached RFP document for the line item number, item, quantity, and unit of measure. This requirement is for Vessel and Field Research Operations Support Services for the National Ocean Service Office of National Marine Sanctuaries. Additional details regarding the requirements for the items to be acquired are included in the attached Performance Work Statement (PWS) (Attachment D.1). The resulting contract will be for a single award Indefinite Delivery-Indefinite Quantity (IDIQ) contract with a five-year ordering period. Dates and places of delivery, performance, and acceptance and FOB points will be identified at the task order level.
The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition, as well as an addendum to the provision (see Section E.15 of the attached RFP document). Evaluation procedures and criteria applicable to this acquisition are also included in the attached RFP document.
Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with their offers. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition, including an addendum (see Section C.1 in the attached RFP document). FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition (see Section C.2 in the attached RFP document for a full listing of the additional FAR clauses cited within the clause applicable to this acquisition. All additional contractual requirements, terms, and conditions are included in the attached RFP document.
Places of Contract Performance: See Section 2.1.5, Place of Performance, in the attached PWS (Attachment D.1).
All inquiries regarding this solicitation shall be submitted via email to the Contract Specialist, Sarah Appleman, at sarah.appleman@noaa.gov with a copy to the Contracting Officer, Tyrone Lewis, at tyrone.m.lewis@noaa.gov. All inquiries must be submitted no later than seven days after the issuance date of this solicitation.
***In the event of a government shutdown, all inquiries should be directed to James Price, james.e.price@noaa.gov, with a copy to the Contracting Officer and Contract Specialist.**
Offers must be received via email to the Contract Specialist, Sarah Appleman, at sarah.appleman@noaa.gov with a copy to the Contracting Officer, Tyrone Lewis, at tyrone.m.lewis@noaa.gov no later than October 26, 2023 at 2:00 PM Central Time.
Attachments/Links
Contact Information
Contracting Office Address
- EASTERN ACQUISITION DIVISION FED BLDG 200 GRANBY ST SUITE 815
- NORFOLK , VA 23510
- USA
Primary Point of Contact
- Sarah Appleman
- Sarah.Appleman@noaa.gov
- Phone Number 8164267270
- Fax Number 7576643624
Secondary Point of Contact
- Tyrone Lewis
- tyrone.m.lewis@noaa.gov
- Phone Number 8164267453
- Fax Number 7576643575
History
- Jul 09, 2024 10:55 pm CDTAward Notice (Original)
- Nov 10, 2023 10:55 pm CSTCombined Synopsis/Solicitation (Updated)
- Sep 29, 2023 03:02 pm CDTCombined Synopsis/Solicitation (Updated)
- Sep 27, 2023 11:33 am CDTCombined Synopsis/Solicitation (Original)
- May 11, 2022 10:55 pm CDTSources Sought (Original)