Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOLICITATION NOTICE

Z -- WSR-88D EPG Containment Floor Liner Replacement - DG133W-14-RQ-0533

Notice Date
7/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
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
DG133W-14-RQ-0533
 
Archive Date
8/12/2014
 
Point of Contact
Jay S Parsick, Phone: 301-628-1409, Joseph Feibel, Phone: 301-628-1349
 
E-Mail Address
jay.parsick@noaa.gov, joseph.feibel@noaa.gov
(jay.parsick@noaa.gov, joseph.feibel@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Request For Quote: DG133W-14-RQ-0533 U.S. Dept. of Commerce/NOAA invites your company to submit a Request for Quote for a WSR-88D EPG Containment Floor liner replacement for the concrete shelter housing a diesel powered electrical generator and fuel tanks. These supplies and services are being procured as a small business. Instructions for Vendor Vendors responding to this requirement shall provide pricing for all the services listed. DUNS #___________________ Award will be made to the Contractor offering the best value to the Government, in first meeting all technical requirements, past performance, and then price. These supplies and services are being procured in accordance with FAR Part 12. Evaluation Criteria/Factors Assessment of technical and past performance is significantly more important than price evaluation factors. Technical is more important than past performance and price. The Government reserves the right to award to award without discussions. The following ratings will be used to evaluate each of the above evaluation criteria. Adjectival Rating Definition Outstanding: The proposal demonstrates highly superior understanding of the Government's requirements and presents unique or innovative approaches that significantly exceed the performance capability standards. In addition, the proposal contains numerous exceptional strengths that will significantly benefit the Government. Strengths are not offset by any weaknesses. The proposal represents a very low risk to the Government. Excellent : The proposal exceeds requirements but is not superior, demonstrates very good understanding of the Government's requirements, and demonstrates capability of delivering a very high quality of service throughout the life of the contract. However, it does not contain anything innovative and presents no unique approaches. A rating of "excellent" indicates that in terms of specific factors, the proposal contains several significant strengths that will benefit the program and any minor weaknesses are fully offset by strengths. The proposal represents low risk to the Government. Satisfactory: The proposal demonstrates an average understanding of the Government's requirements and it meets, but does not exceed, those requirements. Some strengths exist, as well as minor weaknesses, but the weaknesses, either alone or together, are offset by one or more strengths and will not jeopardize the overall performance of work. While a rating of satisfactory indicates few strengths, there are no deficiencies. The proposal represents moderate risk to the Government. Marginal: The proposal demonstrates less than average or less than adequate understanding of the Government's requirements. The proposal fails to address all of the requirements and those it addresses are minimally described. A marginal proposal contains numerous weaknesses and they are not offset by strengths. The proposal presents a high level of risk to the Government. The proposal would require some revisions before it could be elevated to the satisfactory level. Unacceptable: The proposal demonstrates very poor or little understanding of the Government's requirements. It contains numerous major weaknesses, errors, or omissions. There is at least one deficiency. The proposal requires wholesome revision and rewriting in order to become satisfactory. The proposal presents extremely high level of risk to the Government. Please respond by 07/28/2014, 11:00 am Eastern Standard Time. Please send your quote by e-mail to Jay.Parsick@noaa.gov. Secondary point of Contact: Joseph.Feibel@noaa.gov. The National Oceanic & Atmospheric Administration (NOAA)/Western Acquisition Division(WAD)/ Huntsville Weather Forecast Office (WFO) Alabama has a requirement to purchase WSR-88D EPG Containment Floor Liner replacement maintenance and warranties, for the concrete shelter housing a diesel powered electrical generator and fuel tanks at the WFO Huntsville, Al, maintenance and warranties. This Statement of Work (SOW) addresses the all necessary materials/supplies, equipment, services, and supervision to accomplish all tasks necessary for the performance of the work set forth in this Statement of Work (SOW). The resulting delivery order will have a twelve (12) month base period of performance from time of award. 1352.215-72 Inquiries (Apr 2010) Offerors must submit all questions concerning this solicitation in writing to Jay Parsick at Jay.Parsick@noaa.gov. Questions should be received no later than 11:00 am on July 18, 2014. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation via FedBizOps. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) PRE-BID SITE VISIT: The Contractor is required, to attend a PRE-BID site visit to measure the facility, examine site access, develop plans for material and equipment staging, and to verify details, etc. In no event shall failure to attend the site visit constitute grounds supporting a contract claim. Offerors are cautioned that, notwithstanding any remarks, clarifications, or responses provided at the site visit, all terms and conditions of the solicitation remain unchanged unless they are changed by written amendment. It is the responsibility of the offeror, prior to submitting a quote, to seek clarification of any perceived ambiguity in the solicitation or created by an amendment of the solicitation. Site Visit coordination is scheduled with the on-site Point of Contact at (256)890-8503 ext. 260. The pre-bid site visit for all potential bidders is scheduled for July 17, 2014. Any technical questions regarding this project can be directed to the on-site POC (listed in the SOW) on the date specified above. The proposed contract is 100% set-aside for small business. The NAICS code for this procurement is 238390 and the size standard is 14M. Any vendor desiring to be considered for award must be registered in System for Award Management (SAM), Central Contracts Register (CCR) and ORCA using this NAICS code. All responsible and fully responsive sources may submit a proposal which will be considered by the Agency. Any resulting contract will be awarded using FAR Part 12 Commercial Items procedures as a firm-fixed price delivery order. Interested parties should use the FedBizOpps [Add To Watchlist] and [Add Me To Interested Vendors] features which provide a notification when postings of information associated with this solicitation occur. Each potential proposer is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. All interested parties must respond to this announcement within ten (15) calendar days of its publication by July 28, 2014 at a 11:00 am Eastern Standard Time. All responses must be in writing and are to be sent to Contract Specialist, Jay Parsick at Jay.Parsick@noaa.gov. It is the offeror's responsibility to ensure it arrives by the required date and time. For the purpose of establishing timely receipt of a quotation, the time will be established based upon the electronic copy submission. Responses must be received in writing no later than by the date specified in the notice. NO award shall be made unless the vendor is registered in SAM. For additional information and to register in SAM, please access the following web site: https://www.sam.gov/portal/public/SAM/. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all bidders must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at: http://www.dnb.com/ or by phone at (800) 333-0505. Please reference the Attached Solicitation No. DG133E-14-RQ-0533.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/DG133W-14-RQ-0533/listing.html)
 
Place of Performance
Address: 31000 Alabama Highway 79, Scottsboro, Alabama, 35768, United States
Zip Code: 35768
 
Record
SN03423606-W 20140716/140714235147-c2f41111cecbbc54b563797d06d6b9eb (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.