Federal Bid

Last Updated on 20 Aug 2021 at 9 PM
Combined Synopsis/Solicitation
Key biscayne Florida

SEFSC Library Support Services (21-213)

Solicitation ID 1333MF21QNFFN0060
Posted Date 20 Aug 2021 at 9 PM
Archive Date 14 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Commerce Noaa
Agency Department Of Commerce
Location Key biscayne Florida United states 33149

COMBINED SYNOPSIS/SOLICITATION

1333MF21QNFFN0060  SEFSC Library Support Services base year plus 4 option years (21-213)

* Similar Services previously awarded under contract WC-133F-16-SE-1304

 (I)       This is a combined synopsis/solicitation for commercial services 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 1333MF21QNFFN0060 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 Circular 2021-05(MAR 2021) (Deviation 2020-11(AUG 2020).

(IV)     This solicitation is being issued 100% Small Business Set-Aside. The associated NAICS code is 541990.  The small business size standard is $16.5 Mil.

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

Non-personal Services request for a Vendor to provide part time (20 hours per week) Library Support Services to support and maintain scientific reference materials in accordance with the Statement of Work (SOW).

(VI)     Description of requirements is as follows:  Non-Personal Services.  The Southeast Fisheries Science Center (SEFSC) Miami Laboratory requires a part time (20 hours per week) Library Scanning Services contractor to support and maintain scientific reference materials in accordance with the Statement of Work. Contractor shall select, document, clean, scan, and index the historical collections of SEFSC consisting of photographs, slides and videos to create a Photo Library available to the public through the SEFSC website and update and maintain previous historical collections already accessible online per the SOW attached to the combined synopsis/solicitation posting.

(VII)       Period of Performance and Deliverable Schedule 

Each CLIN is for 12 months for a total of 960 hours per year. The periods of performance (POP) are:

Base year September 6, 2021 – September 5, 2022

Option Year I September 6, 2022 – September 5, 2023

Option Year II September 6, 2023 – September 5, 2024

Option Year III September 6, 2024 – September 5, 2025

Option Year IV September 6, 2025 – September 5, 2026

Statement of work should be referenced for deliverables and schedules.

(VIII)  FAR 52.212-1, Instructions to Offerors -- Commercial Items (JUN 2020), applies to this acquisition.  Or see addendum

ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS

-ADDITIONAL QUOTE PREPARATION INSTRUCTIONS INCLUDED IN THE SF1449 Vendors should reference page 3 of the attached SF1449 for instructions regarding contents of a bid package. 

Submission of Quotes

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 [email protected]

In order to be considered for award you must submit a complete package in accordance with the requirements stated in the solicitation package. If you do not submit all of the required items you may be considered non-compliant. 

QUOTES MUST BE VALID THROUGH 9/30/21 

"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".

(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.

 (3) The offeror shall submit:

a. Technical Approach Proposal: One (1) copy, electronic required.

b. Business/Price Quote: One (1) copy, electronic required.

Each part shall be clearly marked by title.

(4) The Government will evaluate quotes in accordance with the provisions set forth in this section and with the evaluation criteria stated below.

(5) 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.

(IX)  FAR 52.212-2, EVALUATION – COMMERCIAL ITEMS (OCT 2014), 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

2)  Key Personnel

3) Past Performance

4) Price

The Government intends to award a firm fixed-price purchase order on an all or none basis with payment terms of Net 30. 

(b) Options (If applicable). 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)

The following factors will be used to evaluate quotations:

Technical Evaluation Factors:

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 Data for the existing Publications Databases are collected in ProCite. Slides are scanned with a Plustek OpticFilm 8200i using SilverFast 8 Professional Scanner Software. Working knowledge of these is necessary as well as the structure of the current Publications Databases on the SEFSC website.

Factor 2 -KEY PERSONNEL. The education, experience, and accomplishments of key personnel will be evaluated to determine the degree to which they possess the qualifications to perform their proposed duties under the contract. Since the databases are historical and archival, a knowledge of the history and personnel of SEFSC from its beginning to the present is important. Correct indexing of the slides and publications requires a higher degree in marine biology as well as information science. Familiarity with the above hardware and software as well as experience using and maintaining the existing Publications Databases mentioned in Task 6 is necessary.

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 (1) 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.  

Factor 4 - COST/PRICE. The proposed prices/costs will be evaluated.  The cost evaluation will determine whether the proposed costs are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed costs must be entirely compatible with the technical approach.

(X) FAR 52.212-3 OFFEROR REPRESENTATIONS AND  CERTIFICATIONS—COMMERCIAL ITEMS (JAN 2021) applies and 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 - Commercial Items (OCT 2018) applies to this acquisition and is included in the SF1449.

(XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2021) applies to this acquisition. See SF1449 Clause for applicable clauses.

(XIII)  The clauses/provisions contained in the SF1449 are also applicable to this acquisition.

  1. Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.
  2. Quotes are required to be received in the contracting office no later than 1:00 P.M. EST on 08/30/2021. All quotes must be emailed to the attention of Shawana Randolph at [email protected]

The email subject title should reference the SAM “Notice ID” number.

CAM 1352.215-72 Inquiries (APR 2010)

Offerors must submit all questions concerning this solicitation in writing to [email protected]. Questions should be received no later than Noon on 08.26.2021. 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)

Bid Protests Not Available

Similar Opportunities

Sacramento California 15 Jul 2025 at 5 PM
Sacramento California 15 Jul 2025 at 5 PM
Key west Florida 15 Jul 2025 at 4 AM
Key west Florida 16 Jul 2025 at 2 PM