Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
SOLICITATION NOTICE

16 -- Angle-Of-Attack System for NOAA WP-3 Aircraft - Statement of Work Angle-of-Attack

Notice Date
6/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NMAN6000-15-01432
 
Archive Date
7/15/2015
 
Point of Contact
Ronald F Anielak, Phone: 816-426-2115, James E. Price, Phone: (816) 426-7464
 
E-Mail Address
ronald.f.anielak@noaa.gov, james.e.price@noaa.gov
(ronald.f.anielak@noaa.gov, james.e.price@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Angle-of-Attack System for NOAA WP-3 Aircraft This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this announcement. This is a solicitation for the U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), located at MacDill AFB, FL. The government intends to purchase an Angle-Of-Attack system for WP-3 Orion aircraft. This notice constitutes the only Request for Quote (RFQ) and a written solicitation will not be issued. DOC, EAD-KC requires that all contractors doing business with this office be registered with System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM please access the following web site: http://www.sam.gov. In order to register, all offerors must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at http://www.dnb.com/eupdate or by phone at (800) 333-0505. This notice is hereby issued as RFQ No.NMAN6000-15-01432. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-81. The FAR (52) and CAR (1352) clauses and provisions incorporated into this acquisition are: CLAUSES 52.203-3 Gratuities (APRIL 1984) 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-13 System For Award Management Maintenance (JULY 2013) 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2015) Section (b)(1),(2),(4),(8),(9),(14i),(18), (22), (25), (26), (27), (28), (29), (30), (31), (33), (40), (41), (43), (44), (50) 52.247-34 FOB Destination (NOV 1991) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.209-71 Limitation of Future Contracting (APR 2010) 1352.209-72 Restrictions Against Disclosure (APR 2010) 1352.209-73 Compliance With the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.246-70 Place of Acceptance (APR 2010) (NOAA, Aircraft Operations Center, MacDill AFB, FL) 1352.270-70 Period of Performance (APR 2010) (180 days after receipt of order) Text File - Representation By Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015) PROVISIONS 52.204-7 System for Award Management (JUL 2013) 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.212-1 Instructions to Offerors - Commercial Items (APR 2014) - 52.212-2 Evaluation-Commercial Items (JAN 1999) (see Technical Evaluation Criteria section) 1352.209-70 Potential Organization Conflict of Interest (APR 2010) 1352.233-70 Agency Protests (APR 2010) (b) James Price, DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1734, Kansas City, MO 64106 (c) DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1734, Kansas City, MO 64106 (e) James Rhodes, US Department of Commerce, Office of the General Counsel, Contract Law Division, Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, NW., Washington, DC 20230. FAX: (202) 481-5858 1352.233-71 GAO and Court of Federal Claims Protests (APR 2010) FAR clauses and provisions are available on the internet website: http://www.acquisition.gov/far. CAR clauses and provisions are available on the internet website: http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3fb01eeae7b9c808d918ae0d557a63df&rgn=div5&view=text&node=48:5.0.6.47.44&idno=48 STATEMENT OF WORK (SOW): See attachment to this notice PRICE/QUOTE: This is a purchase for a minimally customized commercial-off-the-shelf (COTS) Angle-Of-Attack system for Orion WP-3 aircraft. The line items will be quoted and completed in accordance with the terms and conditions and specifications specified. Prices quoted for contract line item numbers shall be fixed-price inclusive of all costs. CLIN 0001 - Angle-Of-Attack Sensors per SOW P/N MS28066-30 or equal Qty 2 ea Unit Price $____________ Amount $____________ CLIN 0002 - Angle-Of-Attack Indicators per SOW P/N MS28067-2 or equal Qty 5 ea Unit Price $____________ Amount $____________ Delivery: FOB Destination 180 days after receipt of order (shipping to AOC included in above prices) Submission of Quote Signed and dated quotes must be submitted. Quotes must be received on or before 11:30 AM Central time on June 30, 2015. Quotes may be e-mailed to: Ronald.F.Anielak@noaa.gov A quote submitted in response to this combined synopsis/solicitation must include the following in order to be considered responsive to this request: 1.Provide Technical submittal with specific responses to the below three (3) Technical Evaluation Criteria 2.Pricing information for CLINs Technical Evaluation Criteria The evaluation of quotes will be conducted as a commercial item acquisition in accordance with FAR Part 12.6 using procedures of FAR Part 13. The evaluation of quotes shall be based on the offeror's responsiveness to the items listed, the technical evaluation, and price. The Government will award the order to the contractor that is determined the BEST VALUE to the Government. Technical qualities and price will be considered. The system's technical evaluation is significantly more important than price. The following technical evaluation criteria are listed in order of decreasing importance. 1.The system will be evaluated for form, fit and function equivalence to the AOA system widely used on the Orion WP-3 consisting of Sensor Unit P/N MS28066-30 or equal and Indicator unit P/N MS28067-2 or equal. 2.The offeror shall document the number of AOA systems fielded for 4-engine, Orion WP-3 applications. Contact information for a minimum of 2 system users shall be provided. 3.The offeror's past performance on related contracts or purchase orders will be evaluated to determine as appropriate, successful performance of goods and services, communications between contracting parties, proactive management and customer satisfaction. The proposal shall include specific contract references and clearly address relevant past performance on (both Government and non-Government) contracts and subcontracts to provide AOA systems. The offeror should include the name of the customer, including contracting agency, address, and phone number, contract number, type of contract, dollar value, date of contract, period of performance, place of performance and a brief description of contract work scope and responsibilities. No more than 3 references shall be included and all references shall be within the last 5 years. All responsible offerors may submit a response to this combined synopsis/solicitation which will be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NMAN6000-15-01432/listing.html)
 
Place of Performance
Address: contractpor's facility, United States
 
Record
SN03757336-W 20150610/150608235505-ee7f0ce763e5c6536733d22c48a16f93 (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.