Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
SOLICITATION NOTICE

20 -- ACOUSTIC DOPPER CURREN TPROFILER (ADCP) BUOY ASSEMBLY - SPECIFICATIONS

Notice Date
1/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
15-00345
 
Archive Date
2/11/2015
 
Point of Contact
Natasha, , TAMEKA E. LONG,
 
E-Mail Address
natasha.wilson@noaa.gov, tameka.long@noaa.gov
(natasha.wilson@noaa.gov, tameka.long@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SPECIFICATIONS OF ADCP 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 15-00345. This synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-78. The National Oceanic Atmospheric Administration (NOAA), National Data Buoy Center (NDBC), Stennis Space Center, MS, requires a 49 inch Acoustic Doppler Current Profiler (ADCP) Buoy Assembly. The required delivery date is February 28, 2015. This is a 100% total small business set-aside. The NAICS code for this requirement is 326199, with a small business size standard is 700 employees. The FSC is 2050. Item 0001, Three (3) each, 49" ADCP Buoy Assembly, in accordance with attached specifications, $_______. All quotes shall be FOB Destination to NOAA/NDBC, Building 3203, Stennis Space Center, MS 39529. See attached specifications and drawings. Vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (DEC 2014), with its quote. 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 (DEC 2014) applies to this acquisition with the following addenda: Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.213-70 Evaluation utilizing simplified acquisition procedures. (MAR 2010) CAR 1352.239-71 Electronic and information technology. (MAR 2010) CAR 1352.239-72 Security requirements for information technology resources.(MAR 2010) CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, ERAD, Attn: Natasha Thieman, 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} The following clauses are provided in full text: FAR clause 52.212-2, EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price. (b) "Options." The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (DEC 2014) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.204-13 - System for Award Management Maintenance (JUL 2013) (6) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (12) 52.219-6, Notice of Total Small Business Set Aside, (NOV 2011) (14) 52.219-8, Utilization of Small Business Concerns, (OCT 2014) (23) 52.219-28, Post Award Small Business Program Representation (JUL 2013) (26) 52.222-3, Convict Labor, (JUN 2003) (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2014) (28) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (29) 52.222-26, Equal Opportunity, (MAR 2007) (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (39) 52.225-1, Buy American Act -- Supplies, (MAY 2014`) (42) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) (47) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management, (JUL 2013) 52.232-39, Unenforceability of Unauthorized obligations (JUN 2013) 52.232.40, Providing Accelerated Payments to Small Business Subcontractors No other additional contractual terms and conditions are applicable. In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors shall be required to comply with the terms of 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 may e 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 invoicing. (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) 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 10:00 A.M. EST on January 27, 2015; any award resulting from this RFQ will be made based on meeting technical specifications, delivery date, and price. Quotes must be submitted electronically via e-mail to Natasha.Thieman@noaa.gov. Questions pertaining to this RFQ must be submitted in writing to Natasha.Thieman@NOAA.gov. The anticipated award date is on or about January 29, 2015. 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 Natasha.Thieman@noaa.gov. Telephonic requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/15-00345/listing.html)
 
Place of Performance
Address: NOAA/NDBC, BUILDING 3203, STENNIS SPACE CENTER, Mississippi, 39529, United States
Zip Code: 39529
 
Record
SN03621707-W 20150123/150121235617-639b38c082c0ed63a214827d8afde4c5 (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.