Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2010 FBO #3200
SOLICITATION NOTICE

66 -- Fischer and Porter/Belfort Precipitation Gauge Rebuild Kits - Package #1

Notice Date
8/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
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
DG133W-10-RQ-1388
 
Archive Date
12/30/2010
 
Point of Contact
Edward F. Tennant, Jr., Phone: 301-713-0828 x163
 
E-Mail Address
ed.f.tennant@noaa.gov
(ed.f.tennant@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Specification NWS-D111-5-SP001 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. The solicitation number is DG133W-10-RQ-1388. The solicitation is being issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. This is a total small business set-aside. The NAICS code is 334519, and the small business size standard is 500 employees. Contract Line Item Number (CLIN) 0001: 1050 each Fischer Porter/Belfort Precipitation Gauge Rebuild Kits (FPR Kits) in accordance with Specification No. NWS-D111-5-SP001, dated February 21, 2008, which is posted on FedBizOpps as an attachment to this solicitation. Additionally, the FPR kits shall be identical in configuration to the quoter'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 Clause 52.209-1, incorporated by reference below as part of this solicitation). The anticipated contract award date is September 17, 2010. All deliveries shall be made FOB Destination to the attention of Tracye L. Gregory at the National Logistics Support Center, 1510 Bannister Road, Building 1, Kansas City, Missouri 64131 not later than the following schedule: 50 each 2 months after award; 50 each 3 ½ months after award; 50 each 5 months after award; 50 each 6 months after award; 50 each 7 months after award; 50 each 8 months after award; 50 each 9 months after award; 50 each 10 months after award; 50 each 11 months after award; 50 each 12 months after award; 50 each 13 months after award; 50 each 14 months after award; 50 each 15 months after award; 50 each 16 months after award; 50 each 17 months after award; 50 each 18 months after award; 50 each 19 months after award; 50 each 20 months after award; 50 each 21 months after award; and 100 each 22 months after award. Government acceptance shall take place at destination. FAR Provision 52.212-1, "Instructions to Offerors-Commercial Items," applies to this acquisition, and there is one addendum to this provision. Specifically, this addendum is as follows: "In preparing and submitting its quotation, the quotation is advised to carefully follow the instructions contained in Paragraphs (b), (j) and (f) of FAR Provision 52.212-1. With respect to the technical description called for by Paragraph (b)(4), the quoter shall include a statement that the FPR Kits that it is quoting 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 quoter's attention is directed to Section 3.10 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 quotation need not include past performance information. FAR Provision 52.212-2, "Evaluation-Commercial Items" does not apply to this acquisition. Contract award will be made to the lowest-priced technically acceptable quotation from a responsible quoter. In order for a quotation to be technically acceptable, (i) the configuration of FPR Kit being quoted must have 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 Clause 52.209-1, incorporated by reference below as part of this solicitation) and (ii) the quoter must have not taken exception to any term, condition, or provision of this solicitation. The quoter shall include a completed copy of FAR Provision 52.212-3, "Offeror Representations and Certifications -- Commercial Items," in its quotation (reference Paragraph (b)(8) of FAR Provision 52.212-1). FAR Clause 52.212-4, "Contract Terms and Conditions-Commercial Items," applies to this acquisition, and there are no addenda to this clause. FAR Clause 52.212-5, "Contract Terms and Conditions Required To Implement Statutes or Executive Orders," and the following additional FAR Clauses cited in Paragraph (b) of FAR Clause 52.212-5 are applicable to this acquisition: 52.203-6, "Restrictions on Subcontractor Sales to the Government" with Alternate I; FAR 52.204-10, "Reporting Executive Compensation and First Tier Subcontract Awards"; FAR 52.219-6, "Notice of Total Small Business Set-Aside"; FAR 52.219-8, "Utilization of Small Business Concerns"; FAR 52.219-14, "Limitations on Subcontracting;" FAR 52.219-28, "Post Award Small Business Program Rerepresentation"; FAR 52.222-3, "Convict Labor"; FAR 52.222-19, "Child Labor-Cooperation with Authorities and Remedies"; FAR 52.222-21, "Prohibition of Segregated Facilities"; FAR 52.222-26, "Equal Opportunity"; FAR 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"; FAR 52.222-37, "Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans"; FAR 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"; and FAR 52.232-33, "Payment by Electronic Funds Transfer-Central Contractor Registration." There is one additional contract requirement or term and condition. Specifically, FAR Clause 52.209-1, "Qualification Requirements," applies to this acquisition. With respect to this clause, the name and address to be filled in at the conclusion of Paragraph (b) are Edward F. Tennant, Jr., U.S. Department of Commerce, NOAA, 1325 East-West Highway, Station #17372, Silver Spring, Maryland 20910. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Quotations must be submitted to the attention of Edward F. Tennant, Jr. by e-mail to Ed.F.Tennant@noaa.gov or by fax to (301) 713-2560 or by hard copy to U.S. Department of Commerce, NOAA, 1325 East-West Highway, Station #17372, Silver Spring, Maryland 20910. Quotations are due by 2:00 PM Eastern Daylight Time on September 7, 2010. The name and telephone number of the person to contact for information regarding this solicitation are Edward F. Tennant, Jr. and (301) 713-0828 extension 163.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/DG133W-10-RQ-1388/listing.html)
 
Record
SN02258927-W 20100829/100828000200-12520d1c66de06825460170451db3475 (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.