Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2010 FBO #3002
SOLICITATION NOTICE

19 -- RECOVERY: SSDG Engine Major Overhaul for the NOAA Ahip Delaware II - Statement of Work

Notice Date
2/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133M-10-RQ-0308
 
Point of Contact
Robin Resweber, Phone: 757-441-3182, Christine Jeffries, Phone: 757-441-6894
 
E-Mail Address
robin.resweber@noaa.gov, christine.jeffries@noaa.gov
(robin.resweber@noaa.gov, christine.jeffries@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination number 05-2259, Revision 9, dated May 26, 2009 Statement of Work NOAA Standards Specifications AMC 000-3C, "Genreal Requirements for Small Contract Ship Repairs" NOAA Standard Specificaiton AMC-233-1A, "Overhaul of Diesel Engines" RECOVERY - SSDG Engine Overhaul for NOAA Ship DELAWARE II THIS ACQUISITION WILL BE FUNDED WITH AMERICAN RECOVERY & REINVESTMENT ACT (ARRA) FUNDS; AS SUCH THE AWARDEE WILL BE REQUIRED TO SUBMIT TO SPECIAL REPORTING IN ACCORDANCE WITH FAR CLAUSE 52.204-11. 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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA133M-10-RQ-0308, and it incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-38. The U.S. Dept of Commerce, NOAA Ship Delaware II, NE Marine Support Facility, 166 water Street, Woods Hole, MA has a requirement for SSDG engine overhaul in accordance with the attached Statement of Work. SCHEDULE OF SUPPLIES AND/OR SERVICES CLIN - Specification Work Item Title Unit Price Unit Qty Extended Price 0001 - SSDG Top End Engine Overhauls $ ________ JOB 1 $ _____________ TOTAL BASE ITEMS (0001): ___________________ The site/inspection is at 10:00 a.m. on February 19, 2010 at NE Marine Support Facility, 166 water Street, Woods Hole, MA. Only individuals on the access list will be permitted onto the site to participate in the site inspection. Arrangements to attend the site and be placed on the access list shall be coordinated with the Port Engineer, Ken Marston, at 508-495-2347. Delivery is required F.O.B. Destination to NOAA Ship Delaware II, NE Marine Support Facility, 166 water Street, Woods Hole, MA during the period April 5, 2010 through April 16. This procurement is 100% Set-Aside for Small Business. The resulting purchase order will be negotiated as a firm-fixed price Purchase Order. Quotes must be submitted to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 12:00 P.M. February 26, 2010; any award resulting from this RFQ will be made based on price and meeting required delivery date. Quotes must be submitted electronically either by fax to 757-664-3642 or via e-mail to Robin.Resweber@noaa.gov. Inquiries will only be accepted via email to Robin.Resweber@noaa.gov. In order to comply with the debt collection improvement act of 1966, all contractors must be registered in the central contractor registration (CCR) to be considered for an award of a federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. The FSC for this is 1990 and the NAICS Code is 333618, small business size standard is 1,000 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) applies. In accordance with 52.212-1(b)(8), vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offer Representations and Certifications-Commercial Items (AUG 2009), with its quote. [An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representation and certifications electronically at http://orca.bpn.gov. Note: Paragraph (k)(2) of this provision is considered checked by the Contracting Officer. Thus, the contractor must certify as to whether it is applicable. Depending on how the contractor certifies as to applicability will determine insertion of either FAR clauses 52.222-41, Service Contract Act of 1965 (NOV 2007), 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989), 52.22-44 Fair Labor Standards Act and Service Contract Act - Price Adjustments (SEP 2009) or 52.222-53, Exemption from Application of the Service Contract Act to contract for certain services - Requirement (FEB 2009). In the event that the vendor does not certify that it is exempt from the Service Contract Act, Wage Determination number 05-2259, Revision 9, dated May 26, 2009 shall be applicable. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision.] Vendor shall refer to www.arnet.gov to obtain a copy of FAR provision 52.212-3. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009) and the Addenda included herein apply. The following additional terms and conditions apply and are incorporated by reference: 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (MAR 2000) 1352.233-70 HARMLESS FROM LIABILITY (MAR 2000) 1352.209-73 COMPLIANCE WITH THE LAWS (MARCH 2000) The following clauses are provided in full text: 1352.201-71 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (FEB 2005) a. Neil Lamartin is hereby designated as the Contracting Officer's Technical Representative (COTR). The COTR may be changed at any time by the Government without prior notice to the Contractor by a unilateral modification to the Contract. The COTR is located at: 439 West York Street, Norfolk, VA 23510. b. The responsibilities and limitations of the COTR are as follows: (1) The COTR is responsible for the technical aspects of the project and serves as technical liaison with the Contractor. The COTR is also responsible for the final inspection and acceptance of all reports, and such other responsibilities as may be specified in the contract. (2) The COTR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the Contract price, terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COTR. No such changes shall be made without the expressed prior authorization of the Contracting Officer (CO). The CO may designate assistant or alternate COTR(s) to act for the COTR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the Contractor. (End of clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2010)ALT II (DEC 2009) applies and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition, as such consider the following clauses checked, (3), (4), (8), (18), (19), (20), (21), (22), (24), (30), (33), and (38); and paragraph (c) are applicable to this acquisition, as such consider the following clauses checked (1) and (4).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-10-RQ-0308/listing.html)
 
Place of Performance
Address: 166 Water Street, Woods Hole, Massachusetts, 02543, United States
Zip Code: 02543
 
Record
SN02062776-W 20100212/100210235039-d0df9327746f557e96e7f921e94d522c (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.