Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2010 FBO #2968
SOLICITATION NOTICE

59 -- Procurement of 250 New Circuit Card Assemblies - SF 18 FOR QUOTES

Notice Date
1/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NWWG9420-10-04480SRG
 
Archive Date
1/29/2010
 
Point of Contact
Suzanne A Romberg-Garrett, Phone: 303-497-5110
 
E-Mail Address
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SCOPE OF WORK FBO POSTING LIST YOUR QUOTE DOLLAR AMOUNT COMBINED SYNOPSIS/SOLICITATION Procurement of 250 New Circuit Card Assemblies (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NWWG9420-10-04480SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 423490. The small business size standard is 100 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item: CLIN 0001 - Manufacturing, Assembly, and Delivery of 250 Circuit Card Assemblies (CCA). (VI) Description of requirements and specifications is as follows: CLIN 0001 - Manufacturing, Assembly, and Delivery of 250 Circuit Card Assemblies (CCA). 1. Manufacturing of the 1.5" x 1.25" two layer Printed Circuit Boards (PCB) per customer-provided Gerber files and drawing 2180005. The PCB is designed for 17 surface mount components, 2 thru-hole components, and 3 mounting holes. The PCB will require normal masking/silk-screening on component side and an additional customer-provided part number on the non-component side. 2. Full procurement of the 19 components for each CCA as specified on the customer-provided Bill of Materials (BOM) provided for Assembly 2370005-301. Sensor S1 is specified within customer-provided document 2200382. Since this sensor is only available from Sensortechnics, they provided and we are forwarding an open quote for this item that is good until 03/05/2010. Note that procurement of this sensor in these quantities from SensorTechnics requires a eight week lead time. 3. Assemble CCA (components on one side only) per Gerber data and customer-provided assembly drawing (2370005). 4. Provide a clear conformal coating on the solder side as specified on the assembly drawing. 5. Perform Manufacturing/Quality Control inspection and testing on the board assembly using your internal Quality Control methods. Test Document 2410011 specified on the assembly drawing is not provided. It was designed for NWS acceptance and system-level testing. 6. ESD packaging. 7. The vendor will be required to provide two First Article units for inspection/testing prior to completing the full production run. Once the First Article units pass inspection and testing, the vendor will be required to deliver the remaining 248 units within 20 days. 8. Complete specification drawings and Gerber Data.zip file must be be requested via email at Suzanne.Garrett@NOAA.Gov. (VII) Place of delivery is FOB Destination to Program Branch /W/OPS42, 1200 Westheimer Drive, Norman, OK 73069-7902. Required delivery is of the first two First Article units for inspection/testing are due no later than 14 weeks after receipt of order and if inspection/testing is approved for a full production run the balance will be due within 20 days after notification; offerors shall state offered delivery ARO. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on ability to meet the specifications, time requirements, and price and the factors set forth in paragraph (a), and award will be made to the firm offering the Lowest Price Technically Acceptable to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) ability to meet the specifications, 2) time requirements, and 3) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252.2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov (End of Clause) The following additional terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 12:01 P.M. Mountain Standard Time on January 14, 2010. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-7719 and email address is Suzanne.Garrett@NOAA.Gov. (XVI) Any technical questions regarding this solicitation should be directed to Suzanne Romberg-Garrett's email address: Suzanne.Garrett@NOAA.Gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NWWG9420-10-04480SRG/listing.html)
 
Place of Performance
Address: WESTERN ACQUISITION DIVISION-BOULDER, 325 BROADWAY MC3, BOULDER, Colorado, 80305-3328, United States
Zip Code: 80305-3328
 
Record
SN02037746-W 20100109/100108000401-475e3e4e0dae75ca9542cf5a0147dc04 (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.