Amendment 0001:
The purpose of this amendment is to answer the following industry question.
Question 1:
Is there an incumbent contractor currently performing these services, if similar services have been performed in the past, or if this is a new requirement. If this is a follow-on requirement, could you please provide the previous contract or task order number?
Answer 1:
This is a follow-on to Purchase Order Number N66604-20-P-8430 awarded to Bahamas Marine Mammal Research Organization.
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). The Request for Quotation (RFQ) number is N66604-21-Q-0569.
This notice is not a request for competitive proposals. All responsible sources may submit a capability statement, which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
The Naval Undersea Warfare Center Division, Newport intends to award a firm-fixed price (FFP) purchase order on a sole source basis to Bahamas Marine Mammal Research Organization, Queen's HIGHWAY, Sandy Point Marsh Harbour, Abaco Is Bahamas for the following marine mammal monitoring services.
CLIN 0001: Field Studies and Analysis in accordance with the Statement of Work (SOW), Attachment 1.
The required Period of Performance is from date of award to 30 September 2022.
This requirement is being solicited on a sole source basis as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification Systems (NAICS) Code is 541715 and the small business size standard is 1,000 employees.
Incorporated provisions and clauses are those in effect through the most recent Federal Acquisition Circular. The following clauses and provisions apply to this acquisition:
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment;
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equip FAR;52.209-11, Representation by Corporations Regarding Delinquent Tax;
FAR 52.212-1, Instructions to Offerors - Commercial Items;
FAR 52.212-3, Offeror Representations and Certifications - Commercial Items;
FAR 52.212-4, Contract Terms and Conditions - Commercial Items;
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items;
DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information;
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support;
252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements; and
252.204-7020, NIST SP 800-171 DoD Assessment Requirements.
Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/
Section 508 is not applicable to this requirement.
Payment will be via Wide Area Workflow.
Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the websites.
Offerors shall include the following additional information with submissions:
1) Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, provided as Attachment 2, paragraphs 2(d)(1) and (2) shall be filled and signed;
2) Contractor's point of contact (including phone number and email address), contractor cage code, and contractor DUNS.
Quotes and request for any additional information must be e-mailed to teresa.michael@navy.mil. Quotes must be received by 4:00 p.m. (EST) on Friday 25 June 2021.
Attachments:
Attachment 1; SOW
Attachment 2: Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
Attachment 3: CDRLs