SOLICITATION NOTICE
68 -- Helium & Oxygen for Technical Diving Operations - Statement of Work
- Notice Date
- 5/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- RA133C12RQ0443
- Archive Date
- 6/23/2012
- Point of Contact
- MARILYN HERRERA, Phone: 303-497-3487
- E-Mail Address
-
MARILYN.HERRERA@NOAA.GOV
(MARILYN.HERRERA@NOAA.GOV)
- Small Business Set-Aside
- N/A
- Description
- Standard Form 18 Request For Quotation Statement of Work COMBINED SYNOPSIS/SOLICITATION HELIUM & OXYGEN FOR TECHNICAL DIVING OPERATIONS (I) This is a combined synopsis/solicitation 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 only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA-133C-12-RQ-0443. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. (IV) This solicitation is being issued as unrestricted and open to all sources. The associated NAICS code is 325120. The small business size standard is 1000 employees. (V) This combined solicitation/synopsis is for the purchase of helium, oxygen, nitrogen/oxygen diving mix, and cylinder rack rental for the Northwestern Hawaiian Islands on the National Oceanic and Atmospheric Administration (NOAA) vessel, Hi`ialakai, for purposes of exploration. Delivery will be made as specified in the statement of work to the NOAA Papahanaumokuakea Marine National Monument (PMNM) at 6600 Kalanianaole Highway, Suite 300, Honolulu, HI 96825. (VI) Description of requirements is as follows: The vendor will furnish the following commercial items. Reference the Statement of Work for the detailed requirements. Only vendors authorized through the Bureau of Land Management will be considered. CLIN / DESCRIPTION / QUANTITY / UNIT OF MEASURE 0001 / HELIUM, UTRA HIGH PURITY, SIZE 300 / 65 / EA 0002 / AVIATORS BREATHING OXYGEN, SIZE 300 / 25 / EA 0003 / DIVING MIX 50% NITROGEN, 50% OXYGEN, SIZE 300 / 2 EA 0004 / CYLINDER RACK RENTAL DAYS (5 RACKS X 31 DAYS) / 155 / EA 0005 / CYLINDER RENTAL DAYS (92 CYLINDERS X 31 DAYS) / 2852 / EA 0006 / DELIVERY CHARGE / 1 / EA 0007 / FUEL SURCHARGE / 1 / EA 0008 / HAZMAT CHARGE / 1 / EA 0009 / RENTAL HAZMAT FEE / 1 EA 0010 / HAWAII STATE TAX, RATE 4.712% / 1 / EA (VII) Delivery shall be FOB Destination to the NOAA PMNM at 6600 Kalanianaole Highway, Suite 300, Honolulu, HI 96825 for a period of performance of July 1, 2012 through September 29, 2012. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), applies to this acquisition. 1352.215-72 (Apr 2010) Inquiries. Offerors must submit all questions concerning this solicitation in writing to Marilyn Herrera either through email at Marilyn.Herrera@NOAA.gov or by fax at 303-497-6984 no later than 1:00 p.m. Mountain Daylight Time (MDT), Thursday, May 31, 2012. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1) Skills and qualifications. The offeror's quote shall include resumes of the personnel that will be performing the work. 2) Past Performance ability to deliver on time. The offeror's quote shall include two references including the telephone number, full address and email, and contractor's past performance will be based on responsiveness, quality, and customer service and 3) Price. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2012), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (May 2012) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (37) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (40) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.217-8, Option to Extend Services (Nov 1999) 52.208-8, Required sources for Helium and Helium Usage Data (Apr 2002) 52.223-1, Biobased Product Certification. (Dec 2007) 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (Dec 2007) 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-10, Waste Reduction Program (May 2011) 52.228-5, Insurance - Work on a Government Installation (Jan 1997) 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-15, Stop-Work Order (Aug 1989) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr. 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. 1352.201-72: Contracting Officer's Representative (COR). As prescribed in 48 CFR 1301.670-70, insert the following clause: Contracting Officer's Representative (COR) (APR 2010). To be determined. (b) The responsibilities and limitations of the COR are as follows: (1) The COR is responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract. (2) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the express written prior authorization of the Contracting Officer. The Contracting Officer may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the contractor. PM 2012-03 FAR Class Deviation: Attachment A Instruction: This provision must be completed and returned with the quote. ATTACHMENT A Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. _____________________________________________ _________________________ (Signature and Title) Date (End of provision) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 5:00 p.m. MDT on Friday, June 8, 2012. All quotes must be faxed or emailed to the attention of Marilyn Herrera. The fax number is (303) 497-6984 and the email address is Marilyn.Herrera@NOAA.gov. (XVI) Any questions regarding this solicitation should be directed to Marilyn Herrera through the email address: Marilyn.Herrera@NOAA.gov or fax (303) 497-6984.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/RA133C12RQ0443/listing.html)
- Place of Performance
- Address: NOAA/PMNM, 6600 Kalanianaole Hwy., Suite 300, Honolulu, Hawaii, 96825, United States
- Zip Code: 96825
- Zip Code: 96825
- Record
- SN02757434-W 20120526/120524235606-6cf1e1f1dfcc5975a8e6674be51efac0 (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 |