SOLICITATION NOTICE
99 -- Replacement rain gauges for Fischer and Porter/Belfort Precipitation Gauge
- Notice Date
- 7/31/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Interior, National Business Center, AQD - Herndon, Acquisition Services Directorate, Attn: Ms. Tamia True 381 Elden Street, Suite 4000 Herndon VA 20170
- ZIP Code
- 20170
- Solicitation Number
- 1406-04-09-RQ-21423
- Response Due
- 8/14/2009
- Archive Date
- 7/31/2010
- Point of Contact
- Tamia True Contracting Officer 7039644817 Tamia.True@aqd.nbc.gov;<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Request for Quote is being issued by the National Business Center, Acquisition Services Directorate (AQD) - Herndon using the Department of Interior's Franchise Fund authority on behalf of The Department of Commerce/National Oceanic and Atmospheric Administration (NOAA)/National Weather Service (NWS). The procurement and resultant contract administration as well as payment of invoices will be handled by AQD. AQD is a Federal Franchise Fund Contracting Office under the authority of the Government Management Reform Act and provides contracting support to all Federal civilian and D0D agencies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33, 15 July 2009. This will be a small business set-aside. The associated NAICS code is 334519 and the small business size standard is 500 employees. Contract line item number 0001: 250 each Fischer and Porter/Belfort Precipitation Gauge Rebuild Kits (FPR kits). The FPR Kits shall meet Specification No. NWS-D111-5-SP001, dated February 21, 2008, which is posted on FedBizOpps. Additionally, the FPR Kits shall be identical in configuration to the bidder's FPR Kits which successfully passed qualification testing (reference FedBizOpps Sources Sought Notice Reference-Number-QPL-FPR-Kits, dated March 5, 2008, with accompanying documents) prior to the time of award of a contract resulting from this solicitation (reference FAR 52.209-1). All deliveries under this order will be FOB Destination and delivered within 30 days after receipt of award. The proposed delivery address is as follows: U. S. Department of Commerce/NOAA/CASC, National Logistics Support Center (NLSC)/CCX2, 1510 Bannister Road, Kansas City, Missouri 64131. Delivery of the first 50 units is expected to be no later than 10/01/2009. Other units, 50 per delivery will be due 11/01/2009, 12/01/2009, 1/01/2010, and 1/2/2010. All firms submitting a complete quotation and having a current Qualified Parts List will be considered for award. The following provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items, Addendum: In preparing and submitting its bid, the bidder is advised to carefully follow the instructions contained in Paragraphs (b), (j) and (f) of this provision. With respect to the technical description called for by Paragraph (b)(4), the bidder shall include a statement that the FPR Kits that it is bidding will be identical in configuration to its FPR Kits which will have successfully passed qualification testing prior to the time of award of a contract resulting from this solicitation. With respect to Paragraph (b)(5), the bidder's attention is directed to Section 3.20 of Specification No. NWS-D111-5-SP001, dated February 21, 2008, wherein the Government's required warranty is identified. With respect to Paragraph (b)(10), past performance is not an evaluation factor, consequently, the bid need not include past performance information. 52.212-2, Evaluation-Commercial Items does not apply to this acquisition. Contract award will be made to the lowest-priced, responsive bid from a responsible bidder. The following clauses are included in this acquisition. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Representations and certificates must be posted electronically at http://orca.bpn.gov. 52.212-4 Contract Terms and Conditions-Commercial Items including the following addenda: GovPay Electronic Invoicing Requirements: All payment requests must be submitted electronically through GovPay. "Payment request" means any request for contract financing payment or invoice payment by a contractor. To constitute a proper invoice, the GovPay payment request must conform to the requirements identified in FAR 32.905(b), "Payment Documentation and Process" and FAR 52.232-25, "Prompt Payment (OCT 2003)". To ensure the timely processing of invoices GovPay uses an automated "workflow" process to route invoices for review, approvals and payment; as required by the "Prompt Payment Act". 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders. Within FAR 52.212-5, the following clauses apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside, 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-1 Buy American Act (Supplies); FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.204-7 Central Contractor Registration is incorporated by reference. Due Date Information: Responses to this RFQ, shall be via electronic submission to Tamia A. True, Contracting Officer at tamia.true@aqd.nbc.gov on or before 08/14/2009, 2:00 pm Eastern Standard Time. All inquiries must be via email, and all questions and responses will be posted to the FEDBIZOPPS website as an amendment to this original announcement. Questions concerning this solicitation MUST be submitted no later than 08/06/2009, 2:00 pm Eastern Standard Time. Price quotes shall include the following: A price for each item and the extended price total and a price for shipping/item. Your Quote MUST include the following Information:Tax identification number (TIN); Dun & Bradstreet Number (DUNS); Complete Business Mailing Address; Contact Name; Contact Phone; Contact Fax Number; and Contact email address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/68582ae0b0f4f15478a07fddbf812dbb)
- Place of Performance
- Address: Kansas City, Missouri<br />
- Zip Code: 20910<br />
- Zip Code: 20910<br />
- Record
- SN01895371-W 20090802/090801000406-68582ae0b0f4f15478a07fddbf812dbb (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 |