Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2010 FBO #3142
SOLICITATION NOTICE

56 -- Diffusers to be used as return air grilles in an existing data center ceiling

Notice Date
6/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423390 — Other Construction Material Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
SS133E-10-RQ-0898
 
Archive Date
7/28/2010
 
Point of Contact
Joel L. Perlroth, Phone: (301) 713-9204 x143
 
E-Mail Address
joel.l.perlroth@noaa.gov
(joel.l.perlroth@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number SS133E-10-RQ-0898 is issued as a request for quotation and is solicited as a Small Business Set-Aside. The North American Industry Classification System Code (NAICS) is 423390 and the Small Business Size Standard is 100 employees. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite Data and Information Service (NESDIS), has a requirement to purchase 100 in kind diffusers to be used as return air grilles in an existing data center ceiling. The diffusers will provide a return air path from the data center room environment to the return air plenum above the ceiling. The diffusers are to lay in the ceiling grid without any modification or adjustment. The diffusers must be metric sized 600MM x 1200MM x 12.5MM with 12.5MM cells. Diffusers that do not conform to the metric sizing are not acceptable. The diffusers must be egg crate style, completely made of aluminum with a silver finish. The quality of the diffusers is to equal to or better than Dayus Manufacturing, part number DARE5. A site visit to validate sizing can be arranged for Offeror's upon request. The Offeror is responsible for the final drop in fit of the diffuser into the ceiling grid without modification of the diffuser by the Government. The period of performance is from the date of award through August 30, 2010. Offerors proposing to furnish 'equal' services shall insert the following description for the product: Manufacturer's Name; Address; Product name and Catalogue Description. Offerors shall be responsible for submitting all additional information on the above item necessary for the Government to determine whether it meets the salient specifications of the "brand name" as listed in the request for quotation. The resulting purchase order shall be awarded on a best value basis and will be firm fixed price. Best value evaluation factors include the following: 1) Technical Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order 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. FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-28, Post-Award Small Business Program Representative, FAR 52.222-3, Convict Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.239-1, Privacy or Security Safeguards. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a quotation addressed to Joel L. Perlroth, Contracting Officer, National Oceanic and Atmospheric Administration, 1335 East West Highway, Suite 8134, Silver Spring, Maryland 20910, to be received no later than July 8, 2010 at 12:00 noon. The Government reserves the right to make one award or no award at all as a result of this solicitation. Responses are to be emailed to Joel.L.Perlroth@noaa,gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/SS133E-10-RQ-0898/listing.html)
 
Place of Performance
Address: 4231 Suitland Rd, Suitland, Maryland, 20746, United States
Zip Code: 20746
 
Record
SN02192872-W 20100702/100630235136-9616f03487e9191672208c54a9623e7b (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.