Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
SOLICITATION NOTICE

52 -- Acoustic Current Meter (Nortek Aquadopp Brand Name or Equal) - Attachment 1

Notice Date
7/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division - Seattle, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349, United States
 
ZIP Code
98115-6349
 
Solicitation Number
NRMAH000-16-00420
 
Archive Date
8/18/2016
 
Point of Contact
Nicholas G. Brown, Phone: 3034976349
 
E-Mail Address
nicholas.g.brown@noaa.gov
(nicholas.g.brown@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 COMBINED SYNOPSIS/SOLICITATION Acoustic Current Meter (I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and 13.5 Test Program for Certain Commercial Items, 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. (II)This solicitation is issued as a Request for Quotation (RFQ). Submit written quotes on RFQ Number NRMAH000-16-00420. (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, July 14, 2016, available at http://farsite.hill.af.mil/vffara.htm. (IV)This solicitation is being issued as a small business set-aside. The associated NAICS code is 334513 Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables; the small business size standard is 750 employees. (V)This combined solicitation/synopsis is for purchase of the following commercial item: Nortek Aquadopp brand name or equal. Year 1 ITEM 1: 15 Units$ _____ Unit Price$_____ Total NORTEK AQUADOPP ACOUSTIC CURRENT METER WITH INTEGRATED INDUCTIVE MODEM, INCLUDES 0-200M PRESSURE SENSOR, FIN AND FAIRING CONE, WITH WIRE GUIDE AND MOUNTING CLAMP FOR 1/2" MOORING WIRE OR EQUIVALENT. (INCLUDES FREIGHT AND INSURANCE) ITEM 2: 30 Units$ _____ Unit Price$_____ Total LITHIUM BATTERY PACK (165 Wh) (INCLUDES FREIGHT AND INSURANCE) Year 2 ITEM 1: 15 Units$ _____ Unit Price$_____ Total NORTEK AQUADOPP ACOUSTIC CURRENT METER WITH INTEGRATED INDUCTIVE MODEM, INCLUDES 0-200M PRESSURE SENSOR, FIN AND FAIRING CONE, WITH WIRE GUIDE AND MOUNTING CLAMP FOR 1/2" MOORING WIRE OR EQUIVALENT. (INCLUDES FREIGHT AND INSURANCE) ITEM 2: 30 Units$ _____ Unit Price$_____ Total LITHIUM BATTERY PACK (165 Wh) (INCLUDES FREIGHT AND INSURANCE) Year 3 ITEM 1: 15 Units$ _____ Unit Price$_____ Total NORTEK AQUADOPP ACOUSTIC CURRENT METER WITH INTEGRATED INDUCTIVE MODEM, INCLUDES 0-200M PRESSURE SENSOR, FIN AND FAIRING CONE, WITH WIRE GUIDE AND MOUNTING CLAMP FOR 1/2" MOORING WIRE OR EQUIVALENT. (INCLUDES FREIGHT AND INSURANCE) ITEM 2: 30 Units$ _____ Unit Price$_____ Total LITHIUM BATTERY PACK (165 Wh) (INCLUDES FREIGHT AND INSURANCE) Year 4 ITEM 1: 15 Units$ _____ Unit Price$_____ Total NORTEK AQUADOPP ACOUSTIC CURRENT METER WITH INTEGRATED INDUCTIVE MODEM, INCLUDES 0-200M PRESSURE SENSOR, FIN AND FAIRING CONE, WITH WIRE GUIDE AND MOUNTING CLAMP FOR 1/2" MOORING WIRE OR EQUIVALENT. (INCLUDES FREIGHT AND INSURANCE) ITEM 2: 30 Units$ _____ Unit Price$_____ Total LITHIUM BATTERY PACK (165 Wh) (INCLUDES FREIGHT AND INSURANCE) Year 5 ITEM 1: 15 Units$ _____ Unit Price$_____ Total NORTEK AQUADOPP ACOUSTIC CURRENT METER WITH INTEGRATED INDUCTIVE MODEM, INCLUDES 0-200M PRESSURE SENSOR, FIN AND FAIRING CONE, WITH WIRE GUIDE AND MOUNTING CLAMP FOR 1/2" MOORING WIRE OR EQUIVALENT. (INCLUDES FREIGHT AND INSURANCE) ITEM 1: 30 Units$ _____ Unit Price$_____ Total LITHIUM BATTERY PACK (165 Wh) (INCLUDES FREIGHT AND INSURANCE) (VI)Description of requirements is as follows: This requisition is for Nortek Aquadopp Acoustic Current Meters (with integrated inductive modems and lithium battery packs) brand name or equivalent that measure ocean currents on remotely moored Tropical FLEX moorings (TFLEX) and for use on the ATLAS moorings. These moorings are part of a larger international effort to monitor ocean conditions in the Tropical regions of the Atlantic and Indian oceans for the Prediction and Research Moored Array in the Atlantic (PIRATA) and Research Moored Array for African-Asian-Australian Monsoon Analysis and Prediction (RAMA) Projects to study global climate processes. See specifications, Attachment 1 (specifications) (VII) The resulting contract will have a five year ordering period. Delivery date 4-6 weeks after receipt of order, place of delivery is NOAA Pacific Marine Environmental Lab, Attn: J. Michael Strick, 7600 Sand Point Way NE /R/PMEL, Seattle, WA 98115-6349. Delivery shall be FOB Destination. (VIII)FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 2015), applies to this acquisition. Addendum to FAR 52.212-1: Proposal Preparation (a) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. At a minimum, quotations must show-- (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) Acknowledgment of solicitation amendments; (4) A technical description showing that the offeror can supply the brand name or equal requirements in the specifications in sufficient detail to allow the Government to evaluate the quotation in accordance with the evaluation factors stated in the solicitation. (5) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and reference information (including contract numbers, points of contact with telephone numbers and other relevant information). (6) Price and any supporting details for the price, as requested in the solicitation. (b) Offerors are responsible for submitting quotations, and any modifications thereto, so as to reach the Government office designated in the solicitation by the time specified. The offeror's initial quotation should contain the offeror's best terms from a price and technical standpoint. The Government may reject any or all quotations if such action is in the public interest; accept other than the lowest quotation; and waive informalities and minor irregularities in quotations received. (End of clause) (IX)FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition. Paragraph (a) is hereby completed as follows: 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: (i) technical capability of the item offered to meet the salient physical characteristics of the Government brand-name requirement; (ii) price and (iii) past performance. Technical and past performance, when combined, are equal to cost or price. (X)The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 2016), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (q) of this provision. (XI)The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015), applies to this acquisition. (XII)The clause at FAR 52.212-5 (JUN 2016), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2016) applies to this acquisition. The following clauses under subparagraph (b) apply: (1), (4), (8), (9), (14), (16), (18), (19), (22), (25), (26), (27), (28), (29), (30), (31), (32), (33), (41), (50). The following clauses under subparagraph (c) apply: None. (XIII)The following clauses are also applicable to this acquisition: FAR 52.211-6 Brand Name or Equal (AUG 1999) CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.209-72 Restrictions Against Disclosure (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) FAR 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) Insert the following provision in all solicitations that will use Federal funds, including solicitations for the acquisition of commercial items under FAR part 12. (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information FAR 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (FEB 2015) [DEVIATION 2005-02] (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to comply with the provisions of this clause. (End of Clause) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) CAR 1352.233-70 Agency Protests (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999). (b) Agency protests filed with the Contracting Officer shall be sent to the following address: Mark E. Caban, Contracting Officer Western Acquisition Division - SOU6 325 Broadway Boulder, Colorado 80305-3328 Phone Number: (303) 497-6875 mark.caban@noaa.gov (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: Barry Berkowitz, Senior Procurement Director and Director, Office of Acquisition Management U.S. Department of Commerce Room 6422 Herbert C. Hoover Building 14th Street and Constitution Avenue, NW Washington, DC 20230 FAX: (202) 482-1711 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: Office of the General Counsel Chief, Contract Law Division U.S. Department of Commerce Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, NW Washington, DC 20230 FAX: (202) 482-5858 (End of Clause) CAR 1352.233-71 GAO and Court of Claims Protests (APR 2010) Full text of CAR clauses is available at http://farsite.hill.af.mil/vfcara.htm. (End of Clause) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) POST-GOVERNMENT EMPLOYMENT RESTRICTIONS By submission of an offer in response to a NOAA solicitation or acceptance of a contract, the contractor acknowledges the restrictions of current NOAA employees regarding contact with offerors regarding prospective employment and the corresponding obligations for contractors who engage them. The contractor further acknowledges that it has provided notice to former NOAA employees who will provide service to NOAA under the contract of post-Government employment restrictions that apply to them. Such restrictions include, but are not limited to, those set forth in: (a)41 U.S.C. 2103 regarding contacts between a federal employee working on a procurement and an offeror about prospective employment; (b)18 U.S.C. 207 regarding the restrictions on former federal employees having contact with a federal agency on behalf of another person or entity concerning a specific party matter which the former employee was involved as a federal employee or for which the former federal employee had official responsibility; (c)18 U.S.C. 207 regarding the restrictions on former senior employees and senior political employees from having contact with his former federal agency on behalf of another person or entity concerning any official matter; and (d)41 U.S.C. 2104 regarding the restriction on a former federal employee involved in an acquisition over $10,000,000 from accepting compensation from a contractor. (End of Provision) (XIV)The Defense Priorities and Allocations System (DPAS) do not apply. (XV)Quotes are due in the contracting office no later than 12:00 p.m. MST on August 3, 2016. All quotes must be emailed to the attention of Nick Brown at nicholas.g.brown@noaa.gov. (XVI) For information concerning this solicitation contact Nick Brown at nicholas.g.brown@noaa.gov. All questions should be received three calendar days after the release of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/NRMAH000-16-00420/listing.html)
 
Record
SN04195786-W 20160728/160726234519-8f66447ddad89a013ea181259eeae3ef (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.