Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2003 FBO #0751
SOLICITATION NOTICE

Y -- All Weather Precipitation Accumulation Gauge (AWPAG) Foundation Installation at 289 sites in the contiguous United States

Notice Date
12/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
DG133W-04-RQ-0028
 
Response Due
1/16/2004
 
Archive Date
1/31/2004
 
Point of Contact
Thomas Genovese, Contract Specialist, Phone 301-713-3405, Fax 301-713-1024, - Phillip Osborne, Contract Specialist, Phone 301-713-3405, Fax 301-713-1024,
 
E-Mail Address
Tom.Genovese@noaa.gov, Phillip.Osborne@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: DG133W-04-RQ-0028 Contracting Office Address: Department of Commerce, National Oceanic and Atmospheric Administration (NOAA),Acquisition and Grants Office, SSMC2, 1325 East West Highway, Room 15254, Silver Spring, MD, 20910 Description: This is a combined Synopsis/Solicitation for Commercial Items under the authority of the Federal Acquisition Regulation (FAR) Subpart 13.5 Test Program for certain Commercial items and is prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for evaluation and solicitation for Commercial Items - as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation. Pricing information, Past Performance information and a Management Plan are being requested and a written Solicitation will not be issued. This Solicitation is being issued using Simplified Acquisition procedures. The solicitation number is DG133W-04-RQ-0028 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-18. The associated North American Industrial Classification System (NAICS) code for this acquisition is 238110 with a small business size standard of $12 million. This acquisition is a 100% Small Business Set-Aside and as such, only qualified Small Businesses will be considered. In accordance with FAR 36.204, the estimated price of the requirement falls into the range between $500,000 and $1,000,000. The National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS) has installed Automated Surface Observing Systems (ASOS) at locations in the contiguous United States. Each ASOS is a collection of electronic sensors connected to a computer that provides surface weather observations every minute at airports throughout the United States and other sites, as well. As such, there are special considerations, such as Security issues that Offerors must be familiar with. In addition, Offerors are encouraged to visit the NOAA, Finance and Administration, Acquisition Management Divisions Solicitation WEB Site at http://www.ofa.noaa.gov/~amd/SOLINDEX.HTML to obtain a copy of the Statement of Work for this effort. It will be titled AWPAG Foundation Installation. There is a requirement to install foundations at 289 of these locations as part of the installation of an upgraded precipitation gauge, the All Weather Precipitation Accumulation Gauge (AWPAG). The AWPAG foundation installation effort consists of placing of four eight-inch diameter concrete pillars around a pedestal of the ASOS. The concrete used for each pillar is required to be 3000 psi or stronger. Each pillar is to be installed to a depth of between 44 and 111 inches, with an additional six inches of gravel installed at the base of the pillar. Galvanized steel components will be embedded in the pillars. Stainless steel components will be installed on top of the pillars. The pillars must be installed to an accuracy of 1 ? inches. The steel components must be installed to an accuracy of 0.06 inch. The 289 locations are divided into eight lots. These lots range in size from 30 to 47 locations. Each lot includes all locations in a particular geographical area. Offerors must bid on all locations in a particular lot to be considered for award. The Government reserves the right to make multiple awards. Offerors may bid one, several, or all eight lots. If an Offeror has limited personnel and can complete less than all lots bid, the Offeror must indicate which combination of lots can be completed within the period of performance defined below. For example, an Offeror with one installation team might be able to complete two lots, not both of which are northern lots. That Offeror may bid several of the lots, but must include a provision that at most two could be awarded and at most one could be a northern lot due to weather considerations. Contract awards may be made to one or more different Offerors, and each contract will contain one or more lots. The Government intends to awards all lots at one time. Offerors should identify any discounts that apply to a single award of multiple lots to them. Offerors should assume that the contract will be awarded no later than February 13, 2004. AWPAG foundations are to be installed at a minimum of 60% of all locations awarded by June 15, 2004; a minimum of 80% of all locations by July 31, 2004; and 100% of all locations by September 15, 2004. Offerors are required to submit a management plan. This plan should include the Offeror?s strategy for completing installations at a steady rate, management and field personnel to be assigned to this effort, number of field teams which will be used, techniques for dealing with weather delays, and procedures for coordinating with airport and National Weather Service personnel. Offerors are required to provide three references for similar work as described in this Solicitation. Please provide the name(s) of contact points, contract numbers, if applicable, Government agency, or Company name. Additionally, please provide a brief description of the work performed. The Government will use these references for Past Performance evaluations. The evaluation criteria will be applied to each lot independently. The criteria and weight to be given to each criterion are as follows: 1. Price (50 %) 2. Past Performance (25 %) 3. Management plan (25 %) This is a firm fixed price requirement. The Offeror shall provide a firm fixed price for the following Contract Line Item Numbers (CLINs): CLIN 0001- Northern Portions of the NWS Eastern Region (Lot 1 - 30 sites); CLIN 0002 - Southern Portions of the NWS Eastern Region (Lot 2 - 31 sites); CLIN 0003 - Eastern Portions of the NWS Southern Region (Lot 3 - 35 sites); CLIN 0004 - Western Portions of the NWS Southern Region (Lot 4 - 39 sites); CLIN 0005 -Eastern Portions of the NWS Central Region (Lot 5 - 40 sites); CLIN 0006 - Western Portions of the NWS Central Region (Lot 6 - 47 sites); CLIN 0007 - Northern Portions of the NWS Western Region (Lot 7 - 30 sites); CLIN 0008 - Southern Portions of the NWS Western Region (Lot 8 - 37 sites). The firm fixed price shall include the cost for all aspects of this requirement. FOB Destination. FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. This FAR reference can be retrieved from the Internet at the following URL: www.arnet.gov/far. In accordance with FAR 52.212-1, offerors must show the solicitation number, the time specified in the solicitation for receipt of offers, the name, address, and telephone number of the offeror, a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements, price, remit to address, if different than mailing address, and a complete copy of the representations and certifications at FAR 52.212-3. If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in this solicitation. FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. The following Construction Clauses are applicable to this acquisition: 1) FAR 52.212-4, Contract Terms and Conditions ? Commercial Items; 2) FAR 52.222-6, Davis-Bacon Act; 3) FAR 52.222-7, Withholding of Funds; 4) FAR 52.222-8, Payrolls and Basic Records; 5) FAR 52.222-9, Apprentices and Trainees; 6) FAR 52.222-10, Compliance with Copeland Act Requirements; 7) FAR 52.222-11, Subcontracts (Labor Standards); 8) FAR 52.222-12, Contract Termination - Debarment; 9) FAR 52.222-13, Compliance with Davis-Bacon and Related Act Regulations; 10) FAR 52.222 - 14, Disputes Concerning Labor Standards; 11) FAR 52.222-15, Certification of Eligibility; and 12) FAR 52.228-15, Performance and Payment Bonds - Construction. 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. Price is significantly more important than the other evaluation factors listed above. Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition with the following numbered items from the clause marked as applicable: (1), (5), (7), (13) through (20), (24), (29), and (30). Work to be performed on this requirement will be at locations throughout the United States. As such, in accordance with the requirements of FAR 52.222-6 , Davis-Bacon Act, the Contractor shall certify that all laborers in categories such as, Cement Masons, Concrete Laborers, and any other particular category that is proposed, shall be in conformance with the applicable Department of Labor Wage Rate Determination for that part of the country. Offerors shall submit (1) an original and two copies of the information specified by FAR 52.212-1 as restated above; (2) a copy of the offeror's most recent published price list or pricing furnished for similar items to other customers; (3) a completed representation and certification in accordance with FAR 52.212-3. Submissions shall be received by January 16, 2004 at 3:00 pm local time. The submission shall be received at the following location by the date and time specified above: NOAA, NWS Acquisition Management Division, Attn: Thomas D. Genovese, Jr., SSMC 2, Room 15254, 1325 East West Highway, Silver Spring, Maryland, 20910. FAX and EMAIL SUBMISSIONS SHALL NOT BE ACCEPTED. Questions regarding this acquisition should be forwarded to Thomas D. Genovese, Jr. at 301-713-3405, x 196, or e-mailed to Tom.Genovese@noaa.gov. Current Point of Contact: Thomas D. Genovese, Jr. at 301-713-3405, x 196, Email Tom.Genovese@noaa.gov Place of Performance for Contract Administration Purposes: Address: 1325 East West Highway Silver Spring, Maryland Postal Code: 20910 Country: USA Place of Performance for Contract Performance Purposes: At 289 Sites throughout the United States.
 
Place of Performance
Address: At 289 Sites throughout the United States.,
Country: United States
 
Record
SN00490450-W 20031218/031216211845 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.