Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2005 FBO #1496
MODIFICATION

66 -- HYDROSTATIC TEST SYSTEM TO SIMULATE OCEAN DEPTHS

Notice Date
12/29/2005
 
Notice Type
Modification
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Data Buoy Center, National Data Buoy Center Building 1100, Room 360F, Stennis Space Center, MS, 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
QA1330-06-RQ-0090
 
Response Due
1/20/2006
 
Archive Date
2/4/2006
 
Point of Contact
Timothy Black, Contracting Officer, Phone 228-688-2382, Fax 228-688-3153, - Daniel Laurent, Contracting Officer, Phone 228-688-1701, Fax 228-688-3153,
 
E-Mail Address
tim.black@noaa.gov, Daniel.Laurent@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The evaluation criteria and performance specification have been changed. Please see Amendment 03 that is posted to this website. All quotes will be evaluated based on Technical, Past Performance, and Price. The Technical and Past Performance evaluation factors are significantly more important than Price. Technical is more important than Past Performance. This Award will be made on a Best Value basis. Award may be made to other than the lowest priced technically acceptable quote. The Government, at its discretion, may award this purchase order without discussions. The following evaluation factors will be utilized: A. GO/NO-GO FACTORS: The Government will not evaluate any quotes that do not meet the following GO/NO-GO Factors: 1. Able to achieve operating pressure of 10,000 PSI; 2. Able to maintain pressure for a minimum of 72 hrs within 2 percent of the target within the full operating range of the system; 3. Test Volume minimum size of 18 inches in diameter x 66 inches long/tall; 4. Constructed to National Board Registered and ASME Certified Conditions; and 5. Design provides for safety of users (addressed in proposal). B. NON-COST EVALUATION FACTORS: The Government will evaluate quotes based on the following non-cost factors: 1. TECHNICAL. Quotes will be reviewed to evaluate the offeror?s understanding of the requirement and capability to provide the best system that compliments long term program objectives. The sub-factors for this major factor include: i. Long Term Maintenance: This sub-factor will evaluate the ease of operation and maintenance; availability of parts/materials for repairs; required skills needed to perform maintenance; warranty terms and conditions; maintenance service agreement terms and conditions; and environmental disposal considerations. ii. Safety: This sub-factor will evaluate operator shielding; interlock equipment and overrides; and ability to be locked out. iii. Operations/Testing: This sub-factor will evaluate operational test and maintenance procedures/inspections; ease of use; cycle time; data logging capability/time series/diagnostics; and the number of cable penetrations/flexibility. iv. Delivery Schedule: This sub-factor will evaluate the speed of delivery of the system. 2. PAST PERFORMANCE. The Government is seeking to determine whether the Offeror consistently delivers quality services in a timely manner. This factor will be evaluated on the basis of relevant past performance for each Offeror and proposed teaming partners, during the last three years, on contracts/purchase orders consistent in scope and complexity with the objectives of this Request for Quote. The information presented in the Offeror?s quote, together with information from any other sources available to the Government (i.e., Government-controlled Contractor performance databases, Inspector General reports, General Accounting Office reports, newspaper articles, references including contractual, technical, and end-user representatives, etc.) will provide the input for evaluation of this factor. Include points of contact and their phone numbers, titles, and size of procurement in dollar value. Each reference shall include a contracting and technical point of contact. If the Offeror has no single experience that encompasses all types of past performance defined in the solicitation, the Offeror may show past performance through a combination of projects that together show that work has been accomplished that is consistent in scope and complexity. The past performance information may include the Offeror?s record of providing high quality services in a timely manner, standards of good workmanship, adhering to contract schedules, administrative aspects of contract performance, overall quality of assigned personnel, availability, stability, reasonable and cooperative behavior, commitment to and business-like concern for the interests of the customer, quality of overall program management approach, record of awards or performance recognition earned, and overall client satisfaction. Past performance that is technically relevant to this requirement will be of more value than non-relevant past performance. A lack of relevant past performance data will be treated by the Government as a neutral evaluation. All quotes shall provide enough information for the Government to conduct its evaluation. Any quotes received without the required information may be removed from consideration. This solicitation is 100% Total Small Business Set-Aside. See Numbered Note #1. The NAICS Code is 334519 and the small business size standard is 500 employees. All quotes must be submitted no later than 4:00pm Central on January 20, 2006. Offerors may mail, fax, or e-mail quotes to the contact information below:
 
Place of Performance
Address: National Data Buoy Center, Building 1100, Room 360, Stennis Space Center, MS
Zip Code: 39529-6000
Country: USA
 
Record
SN00959353-W 20051231/051229211654 (fbodaily.com)
 
Source
FedBizOpps 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.