Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
SOLICITATION NOTICE

J -- Calibration Services - Calibration Site Addresses - CONUS TMDE - SOW - Outside CONUS TMDE

Notice Date
4/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
RFPNWWG012012
 
Archive Date
5/10/2012
 
Point of Contact
LaMar J Carlson, Phone: 301-628-1399
 
E-Mail Address
lamar.carlson@noaa.gov
(lamar.carlson@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
OCONUS TMDE List Statement of Work CONUS TMDE List Calibration Site Addresses (historical data) 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 number RFPNWWG0120-12. The RFP document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. NAICS code 541380. Small business size standard, 12M. This is not a small business set aside. This requirement is to provide calibration support to the NOAA National Weather Service as described in the attached SOW. Tektronix, Inc. is the incumbent. Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. Evaluation will be on a best value basis. Non cost factors together are slightly more important than price. The technical portion will consist of 1) Technical Approach, 2) Staffing Plan, both have equal value; past performance will be evaluated acceptable or not acceptable. TECHNICAL APPROACH consist of a detailed work plan shall be submitted indicating how each aspect of the Statement of Work is to be accomplished. The Technical Approach to be employed shall be demonstrated in as much detail as the Offeror considers necessary to fully explain the offeror's proposed Technical Approach to perform the requirements under the SOW. The technical proposal shall reflect a clear understanding of the nature of the work being undertaken and clearly convey the Offeror's capabilities, competencies, and knowledge, in performing the services required. The Offeror shall include specific plans for dealing with anticipated problems that may be encountered. The STAFFING PLAN shall consist of: (a) Identification of individuals required and the positions they occupy to execute the maintenance support activity. Also, the approximate percentage of time each individual will be available for this project shall be included. Resumes shall be included for all identified key personnel. And the staffing plan shall include information regarding qualifications of individuals required to satisfy maintenance requirements. (b) Available staff pools which will be relied upon shall be discussed. The Offeror shall detail where and when any proposed staff pool would be expected to be used. Corporate size and overall corporate technical capabilities will not be automatically accepted as available to this project unless the corporate mechanism for making such personnel available when needed is thoroughly explained. PAST PERFORMANCE shall include a list of recent contracts with agencies of the Federal Government. The list shall include at least two contracts of similar size and scope (to this requirement) completed by the offeror with in the last 3 years. In the event that the offeror or any proposed subcontractor does not have or has not completed two similar contracts, then a list shall be provided for the last two contracts completed for any type of supply or service. Offerors may provide information on problems encountered on the identified contracts and the offeror's corrective actions. Note, the Government may use past performance information obtained from other than the sources identified by the offeror. Only traditional subcontractors are to be used if needed, no teaming arrangements will be allowed. The Technical Proposal will not exceed 20 pages, size 11 font, single space text, single-sided pages, and 1 inch margins. The Contract type to be issued will be a "Firm-Fixed Price" Commercial Item Vehicle. The requirement is for a base year and three option years. It is a fixed price for each instrument calibrated. Period of performance starts May 1, 2012. All offerors shall propose the following: CLIN 0001 Base Year CONUS TMDE each instrument calibrated tiny_mce_marker_____, CLIN 0002 Base Year OCONUS TMDE each instrument calibrated tiny_mce_marker_____. Option CLIN 0003 Option Year One, CONUS TMDE each instrument calibrated tiny_mce_marker_____, Option CLIN 0004 Option Year One, OCONUS TMDE each instrument calibrated tiny_mce_marker_____. Option CLIN 0005 Option Year Two, CONUS TMDE each instrument calibrated tiny_mce_marker_____, Option CLIN 0006 Option Year Two, OCONUS TMDE each instrument calibrated tiny_mce_marker_____. Option CLIN 0007 Option Year Three, CONUS TMDE each instrument calibrated tiny_mce_marker_____, Option CLIN 0008 Option Year Three, OCONUS TMDE each instrument calibrated tiny_mce_marker_____. For price evaluation purposes only (base and all three option years), the number of CONUS TMDE instruments to be calibrated each year are 7000 and OCONUS 150 per year. All CLINS must be proposed. Price evaluation will done IAW 52.217-5 Evaluation of Options (JUL 1990). In the Governments sole discretion and to the extent deemed necessary by the Government, negotiations maybe conducted with all Offerors whose proposals are determined to be within the Competitive Range and who are being considered for a contract award resulting from this solicitation however, if the Government makes an award on initial proposals without discussion, no competitive range determination is required and none will be created. THEREFORE, OFFERORS ARE CAUTIONED TO SUBMIT PROPOSALS ON THE MOST FAVORABLE BASIS, AS TO PRICE, DELIVERY, OR TIME OF COMPLETION AND OTHER FACTORS, SINCE THE GOVERNMENT MAY ELECT TO MAKE AN AWARD WITHOUT FURTHER DISCUSSIONS OR NEGOTIATIONS. Offerors must include a completed copy of the provision at52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer or be listed in https://orca.bpn.gov. Clause at52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable as follows; 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.217-7 (10 days), 52.217-8 (10 days), FAR 52.217-9, (10 days). 52.243-1 ALT II Changes Clause Fixed Price (this replaces paragraph (c) Changes 52.212-4), 52.249-2 Termination for Convenience of the Government (Fixed Price)(this replaces paragraph (l) Termination for the Government's Convenience 52.212-4), 52.249-8 Default (Fixed -Price Supply and Service) (this replaces paragraph (m) Termination for the Government's Convenience 52.212-4). The following CAR Clauses are incorporated; 1352.239-72 Security Requirements for Information Technology Resources, 1352.602-170, 1352.209-73, 1352.209-74. Defense Priorities and Allocations System (DPAS) and assigned rating, not applicable. Offers due April 25, 2012 via e-mail by 1pm local time (Eastern Time). Price Proposal and Technical Proposal will be in separate attachments. E-mail to Lamar.Carlson@noaa.gov. Put Calibration Proposal in the subject line. POC LaMar Carlson, phone 301-628-1399.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/RFPNWWG012012/listing.html)
 
Record
SN02721825-W 20120415/120413235021-4c89003cfd52f3448d8a80e9546e4246 (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.