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
SOLICITATION NOTICE

19 -- Moving Vessel Profiler (MVP) spares for the NOAA Ship FERDINAND R. HASSLER - Class Deviation

Notice Date
8/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
EA-133M-12-RQ-1011
 
Archive Date
8/29/2012
 
Point of Contact
Robin Resweber, Phone: 757-441-3182, Janie M Laferty, Phone: 757-441-6875
 
E-Mail Address
robin.resweber@noaa.gov, Janie.M.Laferty@noaa.gov
(robin.resweber@noaa.gov, Janie.M.Laferty@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Class Deviation) (MAR 2012) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and it being conducted pursuant to FAR Part Subpart 12.6 and FAR Part 13. The Request for Quote (RFQ) number is EA-133M-12-RQ-1011. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-59 dated May 12, 2012. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This RFQ is full and open competition. The associated North American Industry Classification System (NAICS) code is 333618, which has a corresponding size standard of 1000 employees. The National Oceanic Atmospheric Administration (NOAA), Eastern Regional Acquisition, 200 Granby Street, Suite 815, Norfolk, VA 23510 has a requirement for moving vessel profiler (MVP) spares for the NOAA Ship FERDINAND R. HASSLER, Marine Operations Center - Atlantic, 439 West York Street, Norfolk, VA 23510. Item 0001, Rolls-Royce MVP200 Tow Cable 660m, 1 Each $ ______________ Item 0002, Rolls-Royce MVP200 Single Sensor Free Fall (SSFFF), includes power module, Part Number 0010-2-B-4-00, 1 Each, $ ____________ Item 0003, Rolls-Royce AML Micro-CTD, Part Number PDC-B0204, 1 Each, $ ___________ The required delivery date is October 1, 2012. Price quotes shall be FOB Destination. Spares shall be shipped to NOAA Ship FERDINAND R. HASSLER, Marine Operations Center - Atlantic, 439 West York Street, Norfolk, VA 23510. This requirement is name brand or equal. If you are supplying a different name brand than what is specified contractors are required to submit specifications of the product they are quoting showing it meets all specifications. Vendors are required to submit a signed Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Class Deviation) (MAR 2012) (attached) with their quote. Federal Acquisition Regulation (FAR) and Commerce Acquisition Regulation (CAR) provisions and clauses that are included in this solicitation are denoted by the applicable acronyms. Vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (APR 2012), with its quote. [An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates 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 (o) of this provision.] Vendors shall refer to www.acquisition.gov to obtain a copy of FAR provision 52.212-3. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one 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/these address(es): WWW.ACQUISITION.GOV (End of Clause) FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2012) applies to this acquisition with the following addenda: Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, ERAD, Attn: Robin Resweber, 200 Granby Street, 8th Floor, Norfolk, VA 23510; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230} FAR 52.211-6, Name Brand or Equal (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (APR 2012) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (6) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (23) 52.219-28, Post Award Small Business Program Representation (APR 2012) (26) 52.222-3, Convict Labor, (JUN 2003) (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012) (28 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (29) 52.222-26, Equal Opportunity, (MAR 2007) (31) 52.222-36, Affirmative Action for Workers with Disabilities, (OCT 2010) (38) 52.223-18, Encourage Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (40) (i) 52.225-3, Buy American Act -- Free Trade Agreements--Israeli Trade Act Certificate (MAR 2012) (42) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) (47) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, (OCT 2003) Responsible sources shall provide the following: 1. Price quote which identifies the requested items, unit price and extended price 2. Specifications if supplying other than the name brand requested 3. Total price 4. Signed Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012)(Attached) 5. Prompt payment terms 6. Remittance address, Tax Identification number, Duns Number and Cage Code In order to comply with the debt collection improvement act of 1966, all contractors must be registered in the System for Award Management (SAM) to be considered for an award of a federal contract. For information regarding registration of your CCR and ORCA Certification contact the SAM website at https://www.sam.gov. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 12:00 P.M. DST on August 14, 2012; any award resulting from this RFQ will be made based on technically acceptable, delivery date and price. Quotes must be submitted electronically either by fax to 757-664-3642 or via e-mail to Robin.Resweber@noaa.gov or janie.m.laferty@noaa.gov. The anticipated award date is on or about August 19, 2011. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Robin.Resweber@noaa.gov. Telephonic requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA-133M-12-RQ-1011/listing.html)
 
Place of Performance
Address: 439 West York Street, Norfolk, Virginia, 23510, United States
Zip Code: 23510
 
Record
SN02830304-W 20120809/120808001150-a6c509f317c3e53d5df7808916537057 (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.