NOTICE: THIS IS A FOLLOW ON REQUEST FOR INFORMATION TO THE SOURCES SOUGHT NOTICE PUBLISHED ON MARCH 7, 2008 UNDER THE ABOVE SOLICITATION NUMBER. The information provided in response to this notice will further assist the Government in determining the extent of the small business and socio-economic market for the type of work described herein and will be utilized as consideration in any set-aside determination. This second announcement further identifies and defines the Governments requirement. The intent of this second announcement is to identify small business and socio-economic disadvantaged sources that are qualified business concerns capable of furnishing students having disabilities, and having an interest and/or background in science, technology, computer science, engineering, math, or business, and who are enrolled in an accredited community or technical college, or accredited university undergraduate, graduate or post-graduate program, for the performance of internship opportunities of a learning nature with NOAA?s Northwest Fisheries Science Center (NWFSC).
The contractor shall assist the above referenced types of accredited educational institutions in recruiting only students with disabilities, whom have an interest and/or background in science, technology, engineering, math, or business, to apply for the internship opportunities with NWFSC. It is estimated that as many as 20 interns may be required throughout the basic performance period. In order to be considered for an internship, the student must be a student with a disability, and enrolled in an accredited community or technical college, or enrolled in an accredited university or college as an undergraduate, graduate, or post graduate student, with GPA of 3.0 of higher. The contractor shall receive, process, and evaluate completed applications for referral of select applicants to the Government. Evaluation criteria will be identified in any follow on solicitation. A minimum of three application packages shall be referred for each individual internship requirement to be filled. A Government representative will review and approve each selection. It is anticipated that interns will be required for a six-week summer program during the initial 2008 year. The contractor shall refer applicants to the Government representative ten days after award of any contract during the initial year. If option year(s) are included and exercised, the contractor will refer applicants to the Government representative by May 1st for subsequent summer internships. Subsequent summer programs will be a ten-week summer program henceforth. Additionally, if option year(s) are exercised, the program may expand to include interns for Fall, Winter and Spring quarters during each option year, with the following selection dates: July 1st for fall selection, October 1st for Winter selection, January 1st for Spring selection; and March 1st for Summer selection.
Any equipment and material or supplies required for the performance of the internships will be provided by the Government. The contractor shall be responsible for providing administrative services for the interns including but not limited to intern orientation services, payroll, and transportation and housing considerations to and from assigned duty location. The contractor will conduct site visits once during each quarter that there are interns in place and maintain communication with interns by phone, fax, or email to ensure that the internship experience is progressing as intended and perform periodic site visits to intern locations. The contractor shall establish and maintain a computerized database of interns selected for participation in an internship. The database shall include but not be limited to the inclusion of; each intern assignment, educational institution attended by intern, and major field of study. The contractor shall develop performance measures and provide the Government representative with an evaluation of the internships. The performance of internships may be at Government facilities or research sites at various locations in the United States; however, the primary place of performance is Seattle, WA.
It is anticipated that an IDIQ contract providing for fixed price task orders identifying each specific intern requirement, will be awarded on the behalf of the Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division (WRAD). The North American Industry Classification Code (NAICS) is 561311 with a size standard of $6.5 million. All contractors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR). In addition, completion of the online representation and certifications application (ORCA) is required. NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice. All interested parties must respond to this announcement by April 2, 2008. Documentation to support the contractor?s capability must be in writing and include the contractor?s name, address, point of contact, telephone number, DUNS Number, CCR Cage Number, business type and size, i.e., small, large, non-profit, educational, etc.; and a brief narrative regarding its capability to provide the services as described above. Specifically, describe the capability to furnish those students having disabilities, and having an interest and/or background in science, technology, computer science, engineering or math, or business, and who are enrolled in an accredited community or technical college, or accredited university undergraduate, graduate or post-graduate program, for the performance of internship opportunities, and document any previous performance of recruitment and administration activities the same or similar to the requirement described above.
Any response that does not include this information will not be considered. The Government will review each response to determine if the contractor has the experience, knowledge, and capability to perform the services as specified above. Detailed information must be submitted by email to the address noted below by 1:00 PM local Seattle time (PDT), April 2, 2008. Email Address:
[email protected]. Questions of any nature must be addressed in writing as NO TELEPHONE INQUIRIES WILL BE HONORED.
Bid Protests Not Available