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

66 -- Full Service and Preventative Maintenance Agreement for the X7 ICP/MS Quadruple Mass Spectrometer

Notice Date
2/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
EA133C-11-RQ-0355
 
Archive Date
3/19/2011
 
Point of Contact
Robin Resweber, Phone: 757-441-3182, Janie M Laferty, Phone: 757-441-6875
 
E-Mail Address
robin.resweber@noaa.gov, Janie.M.Laferty@noaa.gov
(robin.resweber@noaa.gov, Janie.M.Laferty@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
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-11-RQ-0355. This synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-49. The National Oceanic Atmospheric Administration (NOAA), National Ocean Service (NOS), Hollings Marine Lab located in Charleston, SC requires full service and preventative maintenance for the following equipment with a twelve-month base period of June 1, 2011 through May 31, 2012 with an additional three twelve-month option period. Item 0001: Full Service and Preventative Maintenance Agreement for X7 ICP/MS Quadruple Mass Spectrometer, Serial Number X0198 Service agreement shall include factory certified replacement parts, labor and travel for unlimited service calls, one (1) Preventative Maintenance Inspection, guaranteed seventy-two (72) hours response to on-site services (8:00 am to 5:00 pm) Eastern Standard Time, Monday-Friday excluding holidays, unlimited toll free telephone support for engineering technical and operational questions and notification of engineering and software updates. All work performed under this contract shall be performed by qualified engineers with manufacturer's factory training on the specific model of the Instrument. Documentation of such training is to be submitted with the offer. Sufficient personnel must be assigned to the region to endure rapid response and personnel backup at all times. Contract shall guarantee all work and agree to remedy, at its own expense, any defects caused by poor workmanship or materials. Vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (OCT 2010), with its quote. [An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates 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 (o) of this provision.] Vendors shall refer to www.acquisition.gov to obtain a copy of FAR provision 52.212-3. FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items (JUN 2010) applies to this acquisition with the following addenda: Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.208-70 Restrictions on Printing and Duplicating (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, ERAD, Attn: Robin Resweber, 200 Granby Street, 8th Floor, Norfolk, VA 23510; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230} CAR 1352.237-71 Security Processing Requirements - Low Risk Contracts (APR 2010) CAR 1352.246-70 Place of Acceptance (APR 2010) {Fill-in paragraph "b": Hollings Marine Laboratory, 331 Fort Johnson Road, Charleston, SC 29412 } The following clauses are provided in full text: CAR 1352.201-72 POINT OF CONTACT/ORDER CONTACT (P/OC) (APR 2010) a. To be provided at time of award is hereby designated as the Point of Contact/Order Contact (P/OC). The P/OC 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: b. The responsibilities and limitations of the P/OC are as follows: (1) The P/OC is responsible for the technical aspects of the project and serves as technical liaison with the Contractor. The P/OC 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 P/OC 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 P/OC. No such changes shall be made without the expressed prior authorization of the Contracting Officer (CO). The CO may designate assistant or alternate P/OC (s) to act for the P/OC by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the Contractor. (End of clause) FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within seven (7) days. (End of Clause) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within seven (7) days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (60) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed fifty-four (54) months. (End of Clause) CAR 1352.270-70 PERIOD OF PERFORMANCE (APR 2010) (a) The base period of performance of this contract is from June 1, 2011 through May 31, 2012. If an option is exercised, the period of performance shall be extended through the end of that option period. (b) The option periods that may be exercised are as follows: Period Start Date End Date Option I June 1, 2012 May 31, 2013 Option II June 1, 2013 May 31, 2014 Option III June 1, 2014 May 31, 2015 (c)The notice requirements for unilateral exercise of option periods are set out in FAR 52.217-9. (End of clause) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (DEC 2010) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, (SEP 2006), with Alternate I (OCT 1995) (6) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (9) 52.219-6, Notice of Total Small Business Set Aside, (JUN 2003) (12) 52.219-8, Utilization of Small Business Concerns, (MAY 2004) (14) 52.219-14, Limitations on Subcontracting, (DEC 1996) (20) 52.219-28, Post Award Small Business Program Representation (APR 2009) (21) 52.222-3, Convict Labor, (JUN 2003) (23) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (24) 52.222-26, Equal Opportunity, (MAR 2007) (25) 52.222-35 Equal Opportunity for Veterans (SEP 2010) (26) 52.222-36, Affirmative Action for Workers with Disabilities, (OCT 2010) (27) 52.222-37, Employment Reports on Veterans, (SEP 2010) (33) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (34) 52.225-1, Buy American Act -- Supplies, (FEB 2009) (37) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) (42) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, (OCT 2003) No other additional contractual terms and conditions are applicable. In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors 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. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 12:00 P.M. EST on March 4, 2011; any award resulting from this RFQ will be made based on qualifications, 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. Questions pertaining to this RFQ must be submitted in writing to Robin.Resweber@noaa.gov; all questions must be received before the close of business on March 2, 2011. The anticipated award date is on or about March 8, 2011. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Robin.Resweber@noaa.gov. Telephonic requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133C-11-RQ-0355/listing.html)
 
Place of Performance
Address: 331 Fort Johnson Road, Charleston, South Carolina, 29412, United States
Zip Code: 29412
 
Record
SN02389678-W 20110302/110228234717-c4f5cf77c1ab3232ce8ce61fa0a0b8ec (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.