Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

B -- Sandy Supplemental Project

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA/OAR/ARL/ATDD, 456 S. Illinois, Oak Ridge, Tennessee, 37830
 
ZIP Code
37830
 
Solicitation Number
NRMAC100-13-01615
 
Archive Date
9/6/2013
 
Point of Contact
Barbara G Shifflett, Phone: 8655760061, Gabrielle Berry, Phone: 865-576-7425
 
E-Mail Address
barbara.shifflett@noaa.gov, Gabrielle.Berry@noaa.gov
(barbara.shifflett@noaa.gov, Gabrielle.Berry@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce, NOAA/OAR/ARL/ATDD, has a requirement to purchase five (5) each of the NR01 Four-Component Net Radiometer with 5 meter cable, PT-100 RTD case temperature sensor and 1.6W case heater and one (1) IR02 Global IR Pyrgeometer with 5 meter cable for use in a new project supported under the Hurricane Sandy Supplemental. The systems will be deployed in the southeastern part of the U.S. and are part of a larger study in collaboration with the University of Alabama-Huntsville to study and predict convective initiation with up to 6 hours of lead time. A research grade four-component net radiometer for global energy balance studies. The instrument should incorporate four separate sensors for measuring total global and surface reflected short-wave (SW) solar irradiance, and the down/up-welling far infrared long-wave (LW) radiation components. The sensor should also have an integrated heating element which can be cycled on for dew and frost deposition prevention on the LW measurement. The sensor should also be capable of mounting to standard aluminum fittings for tower mounted applications. 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is NRMAC100-13-01376-GXL. This synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-63. Offers will be evaluated based on price and the factors set forth in paragraph (a), an award will be made to the firm who can meet the specific requirements and is most advantageous to the Government considering price and other price related factors. A good faith estimate of ground shipping to our facility located at 456 S. Illinois Ave., Oak Ridge, TN 37830 should be provided, as only actual shipping costs confirmed by freight weigh bill and invoice will be reimbursed. If handling charges or fees are included, they should be a separate line item. This is a small business set-aside. The FSC code for this action is 6660. The NAICS code for this action is 334519. Size standard is not to exceed 500. The Eastern Region Acquisition Division (ERAD) requires that all contractors doing business with the Acquisition Office must be registered with the Systems for Award Management (SAM). No award can be made unless the vendor is registered in SAM. For additional information and to register in SAM please access the following website: http://www.sam.gov/. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. The government now requires all contractors submit their Certification and Representation SAM. The SAM website is the single source for vendor data for the Federal Government. Contractors should go on-line at www.sam.gov. FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1) Technical Capability: Must meet all characteristics as stated. 2) Past Performance: Quality, Timeliness, and customer service. 3) Price: Quote must state price in U.S. Dollars. 4) Delivery: Quote must include delivery schedule. 5) Warranty: Quote must state warranty, if applicable. 52.204-99 System for Award Management Registration (Class Deviation from 52.204-7) (September 2012) (DEVIATION 1)The contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system maybe required in lieu of SAM. (c) If the contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A Contractor may obtain a DUNS number (i) via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and zip code. (iv) Company mailing address, city, state, and zip code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time, for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not registered should consider applying for registration to least two weeks prior to anticipated contract award date. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate, and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 1-866-606-8220 or 334-206-7828 for international calls. (End of Clause) 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 System for Award Management (SAM.gov) All responsible sources may submit a quotation which shall be considered by the agency. Offers will be evaluated based on price, proven technical capabilities, and the factors set forth above. An award will be made to the firm who can meet the specific requirements and is most advantageous to the Government considering price and other related factors on an all or none basis. This will be a firm fixed-price purchase order, with payment terms of Net 30. Quotes are required to be received in the contracting office no later than 5:00 P.M. EST on August 22, 2013. Reference Request for Quotation (RFQ) Number NRMAC100-13- 01615 in your quotation. All quotes must be submitted via electronics means (e-mail) to Gabrielle.Berry@noaa.gov and Barbara.Shifflett@noaa.gov or by fax to 865-576-1327. The anticipated award date is on or about August 27, 2013. Required delivery is 28 days on receipt of order. Partial shipments are authorized. Questions pertaining to this RFQ must be submitted in writing to Gabrielle Berry, Business Administrator, (865) 576-7425 Gabrielle.Berry@noaa.gov. Any technical questions should be directed to Tilden Meyers, Senior Scientist (865) 576-1233, Tilden.Meyers@noaa.gov. 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 Gabrielle.Berry@noaa.gov. Telephonic requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NOAAOARARL/NRMAC100-13-01615/listing.html)
 
Place of Performance
Address: 456 S. Illinois Ave., Oak Ridge, Tennessee, 37830, United States
Zip Code: 37830
 
Record
SN03151299-W 20130817/130816000442-57818bbc113559a7e0e7888c803f084a (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.