****Amendment 2 is to post questions and answers and change the response due date.
*** Amendment 1 is to change the title of the SAM.gov posting and to note an SF1449 form was used in place of the SF18 referenced in the solicitation. All reference to the SF18 is considered reference to the SF1449 utilized in the posting. No other changes are made
_____________________________________________________________
COMBINED SYNOPSIS/SOLICITATION
SEFSC PEM GCRF Puerto Rico Shallow Water Reef Fish Survey
THE CO DOESN'T HAVE ANY PREVIOUS PURCHASE INFORMATION
(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 1333MF25Q0094.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition
Circular 2025-05 (Aug 2025) (Deviation 2025-07) (May 2025)
(iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 541690. The small
business size standard is $19.0M.
(v) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services:
Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for the
contractor shall provide vessels, captains, and observers for deployment and retrieval of hook and line fishing equipment at
each grid, and other covered services for the project Shallow Water Fishery Independent Survey of Reef Fishes in Puerto Rico.
The vessel(s) will be required to complete a total of no more than 70 grids, island-wide, as determined by grid selection from
20 - 50 m depths.
in accordance with the Statement of Need. Period of Performance is Date of award through 12/31/2026
SEE SF18 "Section II - Supplies or Services and Price/Costs" FOR A LIST OF CONTRACT LINE ITEMS
(vi) Description of requirements is as follows:
See attached Statement of Work which applies to the Base Year.
INVOICES TO BE BILLED AT MONTHLY OR GREATER IN ARREARS.
(vii) Date(s) and place(s) of delivery and acceptance:
Period of performance shall be: Date of award through 12/31/2026
(viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to
this acquisition and can be found below.
(ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this
acquisition and can be found below.
PROVIDE PER UNIT COSTS, EACH CLIN TOTAL AMOUNT AND TOTAL QUOTED AGGREGATE AMOUNT ON
THE QUOTE. QUOTE PRICING MAY BE PROVIDED ON THE ATTACHED SF18 FORM OR ON COMPANY
LETTERHEAD.
(x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services
applies to this acquisition and can be found on the
Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer,
unless the offeror’s Reps & Certs section on SAM.gov is accurate and current.
Per Deviation 2025-02/03: System updates may lag policy updates. The System for Award Management (SAM) may continue
to require entities to complete representations based on provisions that are not included in agency solicitations, including
52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of
52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Examples include
52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and
Certifications—Commercial Products and Commercial Services. Contracting officers will not consider these representations
when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity
registration to remove these representations in SAM.
(xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services
applies to this acquisition and can be found on the Request for Quote form SF18 attachment.
(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive
Orders-Commercial Products and Commercial Services ,
applies to this acquisition apply can be found in full text on the Request for Quote form SF18 attachment.
(xiii) Any additional contract requirement(s) or terms and conditions that apply can be found in the Combined Synopsis
Solicitation posting.
(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 the time and date stated in sam.gov. All quotes
must be submitted electronically via email to shawana.randolph@noaa.gov.
(xvi) Any questions regarding this solicitation should be submitted electronically via email to shawana.randolph@noaa.gov.
Offerors must submit all questions concerning this solicitation in writing via email to
Questions should be received no later than 3 days before offerors are due. 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.
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.
1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in
the solicitation. Email quotes are required and can be sent to Shawana.Randolph@noaa.gov
2. Offeror shall have an active registration in the System for Award Management (SAM found at
https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE
with their quote.
3. Offerors shall assume that the Government has no prior knowledge of them or their capability.
5. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation
criteria will not be accepted. Submittal shall not exceed 20 pages at 12 font.
Offers will be evaluated based on price and the factors set forth in paragraph (a).
(May 2024) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025),
(Nov 2023),
(Jan 2025) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025)
1352.215-72 Inquiries (Apr 2010)
Shawana.Randolph@noaa.gov.
FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)
4. PRICING MUST BE PROVIDED ON A SEPARATE DOCUMENT FROM OTHER EVALUATION CRITERIA
RESPONSES
FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021)
The evaluation will consider the Non-Price Technical Solution (Technical Approach and Experience) to be significantly more
important than price. However, as quotes are determined to be more equal in the non-price evaluation factor, price becomes
more important and may become the determining factor for award. If, at any stage of the evaluation, all vendors are
determined to have submitted equal, or virtually equal, Non-Price Technical Solutions, price could become the factor in
determining which vendor will receive the award.
The Government intends to evaluate the quotes and award a purchase order based on the Offeror’s initial quote; therefore, the
Offeror’s initial quote should contain the Offeror’s best terms from a Non-Price Technical Solution and price standpoint.
The Government reserves the right not to award a purchase order depending on the quality of the quote(s) submitted and the
availability of funds. Furthermore, the Government may waive informalities and minor irregularities or omissions in quotes
received.
The Government may make award to other than the lowest-priced Offeror or the Offeror with the highest technical rating if the
Contracting Officer determines that to do so would result in the best value to the Government. The Government will not make
an award at a significantly higher overall price to achieve only slightly superior performance capability.
(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.
Paragraph (a) is hereby completed as follows: Evaluation will be based on the following:
Factor 1: Technical Approach and Capability.
The Offeror’s overall technical approach will be evaluated to assess the Government's level of confidence in the Offeror’s
understanding of, approach to, and ability to successfully perform the requirements as described in the Statement of Work.
Provide a detailed description of the company’s experience performing similar services. A detailed technical approach write-up
describing how the Offeror will perform this service is required to be submitted with the quote regardless of whether a site
visit was made or not. The technical approach write-up must not be a reiteration of the Statement of Work, but how your
company plans on performing the tasks listed in the attached Statement of Work. (i.e. performance checklists, anticipated
number of employees, anticipated hours at the facility and/or confirmation of supplies being provided, etc.)
Factor 1: Experience.
The offeror shall provide a background, experience, and qualifications that will support the offeror’s capability to successfully
perform the contract requirements.
Factor 1: Price.
The Government will evaluate the price quote for completeness and reasonableness in relation to the RFQ requirements.
Quoted prices must be entirely compatible with the Non-Price Technical Solution.
The Government intends to award with payment
terms of Net 30.
(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)
a trade-off, single firm fixed-price purchase order on an all or none basis
UTILIZATION OF FEDCONNECT® FOR CONTRACT ADMINISTRATION
The Department of Commerce will utilize the FedConnect® web portal in administering this award. The contractor must be
registered in FedConnect® and have access to the FedConnect® website located at https://www.fedconnect.net/Fedconnect/.
For assistance in registering or for other FedConnect® questions please call the FedConnect® Help Desk at (800) 899-6665 or
email at support@fedconnect.net. There is no charge for registration in or use of FedConnect®.
(End)