Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOLICITATION NOTICE

58 -- NOAA All Hazards Public Alert CEA-2009-A Certified Receiver Desktop Unit

Notice Date
3/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DG133W-07-RP-0061
 
Response Due
4/11/2007
 
Archive Date
5/31/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. DG133W-07-RP-0061 is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This is not a small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 334220, and the small business size standard is 750 employees. Item 0001: Description: National Oceanic and Atmospheric Administration (NOAA) All Hazards Public Alert CEA-2009-A Certified Receiver Desktop Unit; Quantity: 42,000; Delivery Schedule: 30 days AFTER award. All deliveries will be made F.O.B. Destination to the National Logistics Support Center (ATTN: A. Harrison), 1510 East Bannister Road, Building 1, Kansas City, MO 64131, within 30 days after contract award. Government acceptance will take place at destination. FAR Provision 52.212-1, Instructions to Offerors ? Commercial Items, applies to this acquisition. There are five (5) addenda to this provision. The first addendum pertains to paragraph (h) of the provision. Offers may be submitted for quantities less than those specified. The other parts of paragraph (h) remain unchanged. The second addendum pertains to paragraph (b)(4). The offeror shall include in its offer a technical description of the items being offered, consisting of the following: 1) CEA-2009-A Certification Compliance Test Matrix and Identification of Exceptions/Deficiencies (Commercial format acceptable). The Offeror shall provide a CEA-2009-A Certification Compliance Test Matrix (contractor format acceptable) for each product model(s) proposed. The Offeror shall also identify if the model(s) proposed meet all CEA-2009-A Receiver Performance Specification requirements, noting any exceptions/deficiencies (exceptions/deficiencies may not be acceptable to the Government); 2) CEA Certification Registration Agreement - The Offeror shall certify that all the All Hazard Public Alert Receivers it proposes to deliver under any contract resulting from this solicitation are identical in design and shall meet all requirements of the CEA-2009-A Receiver Performance Specification for Public Alert Receivers. The Offeror shall provide a copy of the executed Certification Registration Agreement for each product model(s) proposed. The third addendum pertains to paragraph (b)(10). Past performance shall be submitted consisting of names, addresses, and telephone numbers of at least two and no more than five customers to which it has provided supplies similar in nature to those called for by this solicitation. The fourth addendum pertains to paragraph (b)(3). In addition to the offeror?s name, address, and telephone number, the location of the manufacturing/production facility of CEA-2009-A Certified Receiver Desktop Unit shall be submitted consisting of company name, street address, city, State, and country. The fifth addendum adds paragraph (b)(12) as follows: ?If the offeror is other than a small business concern and is submitting an offer in excess of $550,000.00, the offeror shall include with its offer its proposed Small Business Subcontracting Plan, as required by FAR 52.219-9 Alternate II.? FAR Part 52.212-2, Evaluation ? Commercial Items, is not applicable. The evaluation criteria to be used will be as follows: Award(s) will be made on a low price technically acceptable basis subject to the terms of this solicitation; provided, however, that (i) the Government will not make an award at a unit price that it considers unreasonably high, (ii) the selected offeror(s) must be determined by the Contracting Officer to be responsible within the meaning of FAR Subpart 9.1, and (iii) for any offeror which is not itself a small business and is in line for an award in excess of $550,000.00, the offeror?s Small Business Subcontracting Plan must be approved by the Contracting Officer. Technical acceptability will be determined based upon the technical materials submitted in the proposal and past performance information obtained by the Government. If the lowest price technically acceptable offer does not cover the entire quantity of 42,000 Receivers to be purchased, the Government will award to that offeror the quantity that it has proposed. Then the Government will make an award to the next lowest priced technically acceptable offer to purchase the remaining units required or the number that offeror has proposed if it is less than the remaining quantity. The Government may continue to make additional awards in this manner until fulfilling the entire quantity or until all offers have been awarded or until the Government determines that the remaining unit prices are too high. A completed copy of FAR Provision 52-212-3, Offeror Representations and Certifications ? Commercial Items, must be included with the submitted offer. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. There are no addenda. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies. The following additional FAR clauses cited in this provision apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), 52.219-9, Small Business Subcontracting Plan (Sept 2006) with Alternate II (Oct 2001) (15 U.S.C. 637(d)(4)), 52.219-16, Liquidated Damages ? Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201), 52.225-5, Trade Agreements (Nov 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), and 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). There are no additional contract requirements. The Defense Priorities and Allocations System (DPAS) does not apply. See Note 12. All proposals submitted should reference Solicitation/RFP No. DG133W-07-RP-0061 and should remain valid for a period of 30 days. All proposals must be submitted electronically to Ed.F.Tennant@noaa.gov. Proposals must be received by 4:30 PM (Eastern Daylight Time) on 11 April 2007. Further information may be obtained by contacting Edward F. Tennant, Jr. at (301) 713-0828 x163, E-Mail at Ed.F.Tennant@noaa.gov.
 
Record
SN01262865-W 20070401/070330220401 (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.