SOLICITATION NOTICE
58 -- FM Dual Redundant Transmitter
- Notice Date
- 4/20/2005
- Notice Type
- Solicitation Notice
- NAICS
- 517910
— Other Telecommunications
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Administrative Support Center, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510
- ZIP Code
- 23510
- Solicitation Number
- EA133W-05-RQ-1354
- Response Due
- 5/2/2005
- Archive Date
- 5/17/2005
- Small Business Set-Aside
- Total Small Business
- Description
- 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, proposals are being requested and a written document will not be issued. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02. Request For Quotation (RFQ) number EA133W-05-RQ-1354 is assigned for tracking purposes only. The U.S. Department of Commerce, NOAA intends to award a Firm Fixed Price (FFP) purchase order utilizing simplified acquisition procedures for the purchase of 1 each 1000 Watt Narrow Band FM Dual Redundant Transmitter for Heathsville, VA (WXM57). Site coordinates are: 37 degrees, 54 minutes, 22 seconds North, 76 degrees, 29 minutes 09 seconds West. The North American Industry Classification System (NAICS) code is 517910, and the small business size standard is $12.5 million. This requirement is set aside for small business. FOB Destination offers are desired. FOB Origin offers must include shipping charges to be considered responsive. Shipment to Heathsville must be coordinated with the staff at the Weather Forecast Office, Wakefield, VA prior to delivery because the actual site does not have a street address. Inspection and acceptance of material shall be performed by the NOAA?National Weather Service, 1009 General Mahone Highway, Wakefield, VA. All responsible sources may submit an offer which shall be considered by the agency. Closing dates for receipt of quotes is May 02, 2005, 3:00 PM ESDT. Quotes may be submitted on company letterhead stationary and must include the following information. Nomenclature, Part Number, Unit Price, Extended Price, Estimated Delivery Date, Payment Terms and discount offered for prompt payment, F.o.b. shipping terms, and manufacturer?s specifications. The quote must include the required FAR 52.212-3, Offeror Representations and Certifications?Commercial Items (Jan 2005) of which copies can be obtained by downloading the document from www.arnet.gov/far/, or email request to Linda.C.Stein@noaa.gov or by calling the agency. Facsimile quotes are acceptable and may be faxed to 757-441-3786. Contractors must have valid Cage Codes, and DUNS Numbers and be registered with Central Contractor Registration (CCR). The following FAR Subpart provisions and clauses are incorporated by reference: FAR 52.212-1?Instruction to Offerors-Commercial Items (Jan 2005); FAR 52.212-2?Evaluation?Commercial Items (Jan 1999)-award will be made to the Offeror proposing the best value to the Government, whose product meets technical performance requirements, considering price, delivery, and past performance. FAR 52-212-4?Contract Terms and Conditions-Commercial Items (Oct 2003); FAR 52.252-2?Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is primary identifier in FAR 52.204-7 Central Contractor Registration (CCR)(Oct 2003). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer-CCR, contractor shall be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil (End of Clause). FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders?Commercial Items (Jan 2005); FAR 52.222-3?Convict Labor (June 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004)(E.O. 13126); FAR52.222-21?Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-22?Previous Contract and Compliance Reports (Feb 1999); FAR 52.222-26?Equal Opportunity (Apr 2002)(E.O. 11246); FAR 52.222-35?Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); FAR 52.222-37?Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Ear, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); FAR 52.225-3?Buy American Act?North American Free Trade Agreement?Israeli Trade Act (May 2002); Alternate I (May 2002); FAR 52.232-33?Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201, prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. See Numbered Note 1.
- Record
- SN00792524-W 20050422/050421083424 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |