SPECIAL NOTICE
66 -- SPECIAL NOTICE – INTENT TO AWARD ON A SOLE SOURCE BASIS ARGONAUTS
- Notice Date
- 3/2/2011
- Notice Type
- Special Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- PMEL-11-02559
- Archive Date
- 3/18/2011
- Point of Contact
- Benjamin A. Carlson, Phone: 2065264321
- E-Mail Address
-
ben.carlson@noaa.gov
(ben.carlson@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- SPECIAL NOTICE - INTENT TO AWARD ON A SOLE SOURCE BASIS ARGONAUTS (I)This is a special notice for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the intent to award on a sole source basis; proposals are not being requested and a written solicitation will not be issued. (II)This is issued as a notice of intent to sole source with SONTEK/YSI, Inc., no other quotes will be considered under this notice PMEL-11-02559. (III)The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. (IV)This award will be issued with no Set-Aside. The associated NAICS code is 334519. (V)This award is for purchase of the following commercial items: Proprietary Instruments (VI)Description of requirements is as follows: 12 SONTEK Argonauts with communication cables. NOAA designed its equipment around these units. Use of any other would require a complete redesign and retesting. (VII)Date(s) and place(s) of delivery and acceptance: 15 May. 2011. Delivery shall be FOB Destination 52.247-34 -- F.o.b. - Destination. F.o.b. Destination (Nov 1991) (a) The term "f.o.b. destination," as used in this clause, means -- (1) Free of expense to the Government, on board the carrier's conveyance, at a specified delivery point where the consignee's facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee's wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall -- (1) (i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (2005-41), applies to this acquisition. (IX) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (2005-41), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (X) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (2005-41), applies to this acquisition. (XI) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (2005-41) applies to this acquisition. The following clauses under subparagraph (b) apply: (email for applicability) (XII) Questions must be emailed to the attention of Ben Carlson. The email address is Ben.Carlson@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/PMEL-11-02559/listing.html)
- Place of Performance
- Address: Seattle, WA, Seattle, Washington, 98115, United States
- Zip Code: 98115
- Zip Code: 98115
- Record
- SN02391676-W 20110304/110302234619-726eadcaf088ef2983e125835b238e54 (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 |