Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
SOLICITATION NOTICE

T -- NOAA RECOGNITION WALL - Package #1

Notice Date
2/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Office of Oceanic and Atmospheric Research, 1315 East-West Highway, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NRMAG000-11-02554DG
 
Archive Date
4/12/2011
 
Point of Contact
Dena Grose, Phone: 405 325-6513
 
E-Mail Address
dena.grose@noaa.gov
(dena.grose@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Atrium Wall layout and information COMBINED SYNOPSIS/SOLICITATION Recognition Wall (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 NRMA000-11-DG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. (IV) This procurement will be set aside for small business if qualified responses are received. The associated NAICS code is 332812. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial services: This requirement is for a National Oceanic and Atmospheric Adminstration (NOAA) recognition wall, located in the atrium of the National Weather Center, Norman, Oklahoma. The wall will be made up of five inch (5") lettering, five (5) 12" diameter medallions and 126 plaques of various sizes, engraved with information as specified. Layout of wall with basic information included in attached documentation. Artwork for medallions, PMS colors, text for plaques and two-tone image (required for one plaque) will be provided at time of award. (VI) Specifications must match the following: Individual lettering: 0.250" thick water jet-cut aluminum with satin finish, matte edges, clear coat lacquer, threaded studs and full-size template for mounting. Typeface is Optima; regular, semi-bold and bold. Plaques: each plaque is 0.250" thick aluminum with recessed etched copy with black paint fill, approx. 0.010" deep. One plaque will have a half-tone portrait. Plaques have straight edges, square corners and two-sided adhesive tape on back or threaded studs for mounting, to match existing plaques material and finish as required. Medallions: Twelve inch (12") diameter, 0.250" thick aluminum, straight edges, with etched seal/logo and specified paint fill (Department of Commerce and NOAA). Propose best and most cost effective way to reproduce Department of Commerce Gold, Bronze and Silver medallions. Finish (plaques & medallions): raised areas to have satin finish with a matte edge, face surface is treated with a gun metal lacquer and then plaque is treated with two coats of clear metal lacquer to match exiting plaques material & finish. Artwork and PMS colors will be provided when award is made. Delivery: Proofs provided 15 days after receipt of order (ARO). Delivery with on-site installation 5 - 6 weeks after final approval of proofs. Because the National Weather Center is owned by the University of Oklahoma (OU) and leased by NOAA agencies, recognition wall plaques are required to meet the above specifications. No variation is allowed unless samples are provided that can be compared side-by-side with existing (OU) recognition wall with no visual difference. (VII) Place of performance is the National Severe Storms Laboratory, 120 David L Boren Blvd., Norman, OK 73072. (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 on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is herby completed as follows: Award will be made to Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the follow evaluation criteria: 1) Technical capability, 2) Past Performance, and (3) Price. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 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 (Oct 2008), 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 (Feb 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (6)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (16) 52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2). (17) 52.222-3, Convict Labor (June 2008) (E.O. 11755). (18) 52.222-19, Child Labor-Cooperation with Authorities and Representation (June 2007) (15 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (29) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). (30)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2212 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (32) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury). (37) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (a) apply: None in this subparagraph apply. (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one 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 The following other terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) (XIV) As prescribed in 48 CFR 1301.602-170, Contracting Officer's Authority (Apr 2010) - The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XVI) The Government intends to award a firm-fixed-price order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 5:00 P.M. CDT on March 28, 2011. All quotes must be emailed or faxed to the attention of Dena Grose. The email address is Dena.Grose@noaa.gov and fax number is (405) 325-1889. (XVII) Any questions regarding this solicitation should be directed to Dena Grose, Dena.Grose@noaa.gov or (405) 325-6513.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/OCSOAR/NRMAG000-11-02554DG/listing.html)
 
Place of Performance
Address: National Severe Storms Laboratory, 120 David L Boren Blvd., Norman, Oklahoma, 73072, United States
Zip Code: 73072
 
Record
SN02388889-W 20110302/110228234052-14c01883d8c5f1d81d1aca058aa8a504 (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.