Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2012 FBO #3911
MODIFICATION

J -- AMENDMENT NO. 1 - REPAIR WELL NO. 1 FOR NORTHWEST FISHERIES SCIENCE CENTER IN PORT ORCHARD, WA

Notice Date
8/7/2012
 
Notice Type
Modification/Amendment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
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
NAAJ5732-12-02014JR
 
Archive Date
8/10/2012
 
Point of Contact
JOY A. RICHARDSON, Phone: 303-497-4973
 
E-Mail Address
JOY.A.RICHARDSON@NOAA.GOV
(JOY.A.RICHARDSON@NOAA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Diagnosis and Repair Fresh Water Well No. 1 at Northwest Fisheries Science Center (NWFSC) Burley Creek Hatchery, Port Orchard, WA. (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: NAAJ5732-12-02014JR (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-¬¬60. (IV) This procurement is set-aside for Small Business. The associated NAICS Code is 237110. The small business size standard is $33.5M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN DESCRIPTION QUANTITY PRICE 0001 Services, non-personal, to provide labor, material and equipment necessary to diagnosis and repair fresh water Well No.1 at NWFSC Burley Creek Hatchery, Port Orchard, WA. 1 JOB (VI) Description of requirements as follows: See attached Statement of Work, Attachment A and U.S. Department of Labor Rates: Wage Determination No.: 2005-2559, Revision No.: 15, Date of Revision: 06/13/2012. (VII) Date and places of performance and acceptance shall be at the Northwest Fisheries Science Center, 11421 Burley Bethel Road, Port Orchard, WA 98367 unless other arrangements are agreed. Delivery shall be FOB Destination, Port Orchard, WA, 98367. Period of Performance shall be as follows: After Receipt of Award - 45 Days. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), applies to this acquisition. Inquiries: Offerors must submit all questions concerning this solicitation in writing to Joy Richardson at joy.a.richardson@noaa.gov. Questions should be received no later than 12:00PM MDT on August 9, 2012¬¬¬¬¬¬¬¬¬. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation via FedBizOpps. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated on Best Value to the Government and the factors set forth below, and award will be made to the firm offering the Best Value to the Government. (a) The Government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation which will be the most advantageous to the Government based on the following: Price, Technical Capability, and Past Performance considered on an all or none basis. The Government will award a contract 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. The following factors shall be used to evaluate offers: 1) Technical Capability: The offeror shall demonstrate qualifications and relevant experience of key personnel including quantity and relevance of experience and expertise. Offeror shall provide a narrative for each of its proposed key personnel, which contains information of the experience demonstrated skills of the offeror's proposed key personnel in performance of work of a similar nature. 2) Past Performance: Offeror shall demonstrate written past performance and references for at least two (2) similar projects. Contact information must include client's name, point-of-contact, address, phone number and e-mail address. The Government will conduct a performance assessment based on the quality of the past performance of the contractor on similar contracts as it relates to the probability of successful accomplishment of the required effort. 3) Price: Price quotes must generally adhere to the pricing structure established in the Pricing Schedule. Each offeror's price quote must be based on the offeror's own technical quote, the Government's Statement of Work and other contractual requirements. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (X) 52.212-3 Offeror Representations and Certifications-Commercial Items. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offer of Representations and Certifications-Commercial Items (Apr 2012) with its quote. The offeror shall complete the annual Representations and Certifications electronically at: http://SAM.gov. The offeror must be currently registered in SAM.gov. Representations by Corporations Regarding any Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Class Deviation) (Mar 2012), See Attachment A incorporated in the Statement of Work. This document must be returned with your quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 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 (Jul 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note) (Effective March 1, 2011). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations(May 2012) (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 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). 52.228-5, Insurance-Work on a Government Installation (Jan 1997) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.236-2, Differing Site Conditions (Apr 1984) 52.236-7, Permits and Responsibilities (Nov 1991) 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities and Improvements (Apr 1984) (XIII) The following clauses are also applicable to this acquisition: 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). The applicable labor rates can be found at the following website: www.wdol.gov Wage Determination No.: 2005-2559, Revision No.: 15, Date of Revision: 06/13/2012. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR CLAUSES FULL TEXT 52.252-2, Clauses Incorporated By Reference (Feb 1998). This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html (End of Clause) 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) 52.223-5 Pollution Prevention and Right-to-Know Information. (May 2008) 52.223-10, Waste Reduction Program (May 2011) 52.223-11 Ozone-Depleting Substances. (May 2001) 52.223-11, Insurance - Work on a Government Installation (Jan 1997) 52.242-15, Stop-Work Order. (Aug 1989) As prescribed in 42.1305(b) The "90-day" period stated in the clause may be reduced to less than 90 days. 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) (APR 2010) (a) TINO ESCALONA is hereby designated as the Contracting Officer's Technical Representative. The COR may be changed at any time by the Government without prior notice to the contractor by a unilateral modification to the contract. The COR is located at: Facilities & Engineering 7600 Sand Point Way NE Seattle, WA 98115 Phone: 206-526-6479 E-mail: Tino.Escalona@noaa.gov (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. (End of clause) 1352.209-73: COMPLIANCE WITH THE LAWS (APR 2010) The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance in accord with the terms of the contract. (End of clause) Representations by Corporations Regarding any Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Class Deviation) (Mar 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. (End of Provision) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 12:00 noon Mountain Daylight Time on August 15, 2012. Quotes must be submitted by emailed to the attention of Joy.A.Richardson@NOAA.gov.or mailed to NOAA Western Acquisition Division, 325 Broadway MC3, Boulder, CO 80305. Fax quotes will not be accepted. (XIV) Any questions or inquiries regarding this solicitation should be directed to the following individual: Joy A. Richardson through email at: Joy.A.Richardson@NOAA.gov no later than noon Mountain Daylight Time on August 9, 2012. THIS POSTING HAS BEEN CANCELLED EFFECTIVE AUG 6, 2012. IT WILL BE RE-ISSUED AS A NON-COMMERCIAL CONSTRUCTION SOLICITATION. ALL INTERESTED PARTIES MAY CONTACT JOY.A.RICHARDSON@NOAA.GOV FOR THE COMPLETE SOLICITATION PACKAGE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NAAJ5732-12-02014JR/listing.html)
 
Place of Performance
Address: NORTHWEST FISHERIES SCIENCE CENTER (NWFSC), BURLKEY CREEK HATCHERY, 11421 BURLEY BETHEL ROAD, PORT ORCHARD, Washington, 98367, United States
Zip Code: 98367
 
Record
SN02829988-W 20120809/120808000748-a6b5a769373d8b5d35011271317cf7e6 (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.