SOLICITATION NOTICE
66 -- (2) Bouy Systems w/ Telemetry & Web Hosting - Attachment 1 - Attachment 2
- Notice Date
- 11/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region I, One Congress Street, (MCP), Suite 1100, Boston, Massachusetts, 02114
- ZIP Code
- 02114
- Solicitation Number
- RFQECAA001
- Archive Date
- 12/4/2009
- Point of Contact
- Brandon T Williams, Phone: 6179181965
- E-Mail Address
-
williams.brandon@epa.gov
(williams.brandon@epa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ Response Form Requirements Document The Environmental Protection Agency is requesting quotes for two (2) Buoy systems w/ Data Transmission and Web Hosting and optional years for Telemetry & Web Services. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation will not be issued. In accordance with FAR 19.502-2 this solicitation is set aside for small business. The small business size standard is 500 employees. This is a solicitation under North American Industry Classification System Code (NAICS) 334513 and Product Classification Code (PSC) AE34. Line Item 0001: (2) Buoy Systems with Shipping Line Item 0002: Telemetry & Website Hosting Line Item 1002: Option Year 1- Telemetry & Website Hosting Line Item 2002: Option Year 2- Telemetry & Website Hosting Line Item 3002: Option Year 3- Telemetry & Website Hosting Line Item 4002: Option Year 4- Telemetry & Website Hosting Provide the following: 1)Please complete the attached RFQ for the line items above which must meet requirements as stated in the attached requirements document. 2)Your firm's standard service maintenance agreement with terms and conditions. 3)A completed copy of the provision FAR 52.212-3 Offer Representation and Certification for Commercial Items or a statement that the offeror is current in the online representatives and certifications at https://orca.bpn.gov/. 4)Availability of products on GSA contract if applicable Evaluation Award will be made to the offeror who provides the Lowest Price Technically Acceptable offeror. Technically Acceptable is defined as meeting all of the requirements in the attached requirements document. The EPA will award a purchase order contingent on the availability of funds. CLAUSES EPAAR: The following clauses are incorporated by reference and are applicable to this solicitation and resulting contract: EPAAR 1552.211-79 COMPLIANCE WITH EPA POLICIES FOR INFORMATION RESOURCES MANAGEMENT (OCT 00) FAR: The following clauses are incorporated by reference and are applicable to this solicitation and resulting contract: FAR 52.204-7 Central Contractor Registration (Apr 2008) FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUNE 2008) ADDENDUM to FAR 52.212-1 Prepare quote in accordance with FAR 52.212-1 - Instructions to Offers - Commercial Items and the following additional instructions. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (Jan 1999) FAR 52.212-3 OFFER REPRESENTATION AND CERTIFICATION FOR COMMERCIAL ITEMS (JUNE 2008) FAR 52.212-4 CONTRACT TERMS & CONDITIONS-COMMERCIAL ITEMS (Mar 2009) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS FOR COMMERCIAL ITEMS (SEPT 2008) The following clauses in this provision are applicable to this solicitation and the resulting contract: 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (Sep 2006) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam (Sep 2006) 52.222-50 Combating Trafficking in Persons (Aug 2007) 52.225-1 Buy American Act Supplies (Feb 2009) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.233-3 Protest after Award (Aug 1996) FAR 52.217-5 EVALUATION OF OPTIONS. Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) 1552.217-77 Option To Extend the Term of the Contract Fixed Price (OCT 2000) The Government has the option to extend the term of this contract for 4 additional period(s). If more than 60 days remain in the contract period of performance, the Government, without prior written notification, may exercise this option by issuing a contract modification. To exercise this option within the last 30 days of the period of performance, the Government must provide to the Contractor written notification prior to that last 60 -day period. This preliminary notification does not commit the Government to exercising the option. Use of an option will result in the following contract modifications: (a)The "Period of Performance" clause will be amended as follows to cover the Base and Options Periods: If CLIN 1002 is exercised the period of performance is extended by 1 year following completion of the Base Period of Performance. If CLIN 2002 is exercised the period of performance is extended by 1 year following completion of the CLIN 1002 Period of Performance. If CLIN 3002 is exercised the period of performance is extended by 1 year following completion of the CLIN 2002 Period of Performance. If CLIN 4002 is exercised the period of performance is extended by 1 year following completion of the CLIN 3002 Period of Performance. (b)During the option period(s) the Contractor shall provide the services described below: Telemetry and Website services as stated in the attached requirements document. (End of provision) Responses are due by COB- 4:00PM EST on November 19, 2009 to Contracts & Procurement Division, United States Environmental Protection Agency, One Congress St, Boston, Ma 02114-2032, ATTN; Brandon Williams, Contracting Specialist, and email: williams.brandon@epa.gov Please submit your response via any method listed below: E-MAILFAXFEDERAL EXPRESS OR LIKE SERVICEHAND-CARRIED TO THE OFFICE Contracting Office Address: United States Environmental Protection Agency, One Congress St, Boston, MA 02114-2032 Point of Contact(s): Brandon Williams (617) 918-1965
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegI/RFQECAA001/listing.html)
- Place of Performance
- Address: 11 Technology Drive, North Chelmsford, Massachusetts, 01863-2431, United States
- Zip Code: 01863-2431
- Zip Code: 01863-2431
- Record
- SN01997898-W 20091106/091104235140-3ceed5d46f9ec7cc63924dbb276de501 (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 |