SOLICITATION NOTICE
66 -- BRAND NAME SOLICITATION FOR PICARRO INSTRUMENT - (Draft) - Package #2 - (Draft)
- Notice Date
- 3/18/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- NRMJ1000-14-00556
- Archive Date
- 3/31/2014
- 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
- BRAND NAME JUSTIFICATION STANDARD FORM 18 (SF-18) SPECIFICATIONS COMBINED SYNOPSIS/SOLICITATION PURCHASE A HIGH PERCISION CO/CO2/CH4 ANALYZER - BRAND NAME SOLICITATION (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 NRMJ1000-14-00556JR. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 (Jan 2014). (IV) This solicitation is being issued as a Small Business Set-Aside. The associated NAICS code is 334516. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial instrument : Line Item 0001 - The instrument must be capable of high frequency measurements in accordance with the attached Specifications. (VI) Description of requirements is as follows: See attached Specifications. Period of performance shall be: Delivery required six to eight weeks after date of award. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), applies to this acquisition. The offeror will submit a quote for all the items in Section (V). (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on meeting the exact specifications and price and the factors set forth in paragraph (a) and will be awarded a firm-fixed price purchase order with payments terms of Net 30 days. 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. Paragraph (a) is hereby completed as follows: Evaluation will be based on (1)Meeting the Specifications. (2) Price. (X) The Offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Dec 2012) with quote. The Offeror shall complete the annual Representations and Certification electronically in System Award Management at: https://www/sam/gov/portal/public/SAM/. To be eligible for an award the Contractor shall be currently registered in SAM.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Sep 2013). (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2014) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.222-50 Combating Trafficking in Persons (Feb 2009) (4) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (6) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (8) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (16) 52.219-13, Notice of Set-Aside Orders (Nov 2011) (23) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (26) 52.222-3, Convict Labor (June 2003) (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (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, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011) (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Nov 2012) (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013) (XIII) The following additional FAR terms and conditions are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index/html (End of provision) 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: 52.204-7 System for Award Management (Jul 2013) (Reference) 52.204-13 System for Award Management Maintenance (Jul 2013) (Reference) 52.214-34, Submission of Offers in the English Language (Apr 1991) (Reference) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) (Reference) 52.242-15 Stop-Work Order (Aug 1989) (Reference) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): (End of provision) 52.214-34, Submission of Offers in the English Language (Apr 1991) (Reference) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) (Reference) 52.252-5 Authorized Deviations in Provisions (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any CAR clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) DEPARTMENT OF COMMERCE CLAUSES FOR FULL TEXT OF COMMERCE ACQUISITION CLAUSES OR PROVISIONS GO TO THE FOLLOWING WEBSITE: http://www.osec.doc.gov/oam/acquisition_management/policy/default.htm 1352.201-70, Contracting Officer's Authority (Apr 2010). 1352.209-73 Compliance With the Laws (Apr 2010) 1352.209-74 Organizational Conflict of Interest (Apr 2010) 1352.246-70: Place of acceptance (Apr 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: U.S. DEPARTMENT OF COMMERCE NOAA ESRL GLOBAL MONITORING DIVISION 325 BROADWAY, R/GMD BOULDER, CO 80306-3328 STEVE J. ENNIS PH: 303-497-6372 EAMIL: STEVE.J.ENNIS@NOAA.GOV (End of clause) 1352.215-72 Inquiries (Apr 2010) Offerors must submit all questions concerning this solicitation in writing to joy.a.richardson@noaa.gov. Questions should be received no later than 12:00 P.M. MST, March 20, 2014. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) 1352.233-70 Agency Protests (Apr 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: DOC, NOAA, WAD -Clifford Edwards, Contracting Officer, 325 Broadway, MC3, Boulder, CO 80305 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: Barry Berkowitz, Senior Procurement Executive and Director, Office of Acquisition Management, US Department of Commerce, Room 6422, Herbert C. Hoover Building, 14th Street and Constitution Avenue, N.W., Washington DC 20230, Fax 202,482.1711 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.233-71 GAO and Court of Federal Claims protests (Apr 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.237-71 Security processing requirements-low risk contracts. Security Processing Requirements-Low Risk Contracts (Apr 2010) (a) Investigative Requirements for Low Risk Contracts. All contractor (and subcontractor) personnel proposed to be employed under a Low Risk contract shall undergo security processing by the Department's Office of Security before being eligible to work on the premises of any Department of Commerce owned, leased, or controlled facility in the United States or overseas, or to obtain access to a Department of Commerce IT system. All Department of Commerce security processing pertinent to this contract will be conducted at no cost to the contractor. (b) Investigative requirements for Non-IT Service Contracts are: (1) Contracts more than 180 days - National Agency Check and Inquiries (NACI) (2) Contracts less than 180 days - Special Agency Check (SAC) (c) Investigative requirements for IT Service Contracts are: (1) Contracts more than 180 days - National Agency Check and Inquiries (NACI) (2) Contracts less than 180 days - National Agency Check and Inquiries (NACI) (d) In addition to the investigations noted above, non-U.S. citizens must have a background check that includes an Immigration and Customs Enforcement agency check. (e) Additional Requirements for Foreign Nationals (Non-U.S. Citizens). Non-U.S. citizens (lawful permanent residents) to be employed under this contract within the United States must have: (1) Official legal status in the United States; (2) Continuously resided in the United States for the last two years; and (3) Obtained advance approval from the servicing Security Officer in consultation with the Office of Security headquarters. (f) DOC Security Processing Requirements for Low Risk Non-IT Service Contracts. Processing requirements for Low Risk non-IT Service Contracts are as follows: (1) Processing of a NACI is required for all contract employees employed in Low Risk non-IT service contracts for more than 180 days. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. The contract employee must also complete fingerprinting. (2) Contract employees employed in Low Risk non-IT service contracts for less than 180 days require processing of Form OFI-86C Special Agreement Check (SAC), to be processed. The Sponsor will forward a completed Form OFI-86C, FD-258, Fingerprint Chart, and Credit Release Authorization to the servicing Security Officer, who will send the investigative packet to the Office of Personnel Management for processing. (3) Any contract employee with a favorable SAC who remains on the contract over 180 days will be required to have a NACI conducted to continue working on the job site. (4) For Low Risk non-IT service contracts, the scope of the SAC will include checks of the Security/Suitability Investigations Index (SII), other agency files (INVA), Defense Clearance Investigations Index (DCII), FBI Fingerprint (FBIF), and the FBI Information Management Division (FBIN). (5) In addition, for those individuals who are not U.S. citizens (lawful permanent residents), the Sponsor may request a Customs Enforcement SAC on Form OFI-86C, by checking Block #7, Item I. In Block 13, the Sponsor should enter the employee's Alien Registration Receipt Card number to aid in verification. (6) Copies of the appropriate forms can be obtained from the Sponsor or the Office of Security. Upon receipt of the required forms, the Sponsor will forward the forms to the servicing Security Officer. The Security Officer will process the forms and advise the Sponsor and the Contracting Officer whether the contract employee can commence work prior to completion of the suitability determination based on the type of work and risk to the facility (i.e., adequate controls and restrictions are in place). The Sponsor will notify the contractor of favorable or unfavorable findings of the suitability determinations. The Contracting Officer will notify the contractor of an approved contract start date. (g) Security Processing Requirements for Low Risk IT Service Contracts. Processing of a NACI is required for all contract employees employed under Low Risk IT service contracts. (1) Contract employees employed in all Low Risk IT service contracts will require a National Agency Check and Inquiries (NACI) to be processed. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. Fingerprints and a Credit Release Authorization must be completed within three working days from start of work, and provided to the Servicing Security Officer, who will forward the investigative package to OPM. (2) For Low Risk IT service contracts, individuals who are not U.S. citizens (lawful permanent residents) must undergo a NACI that includes an agency check conducted by the Immigration and Customs Enforcement Service. The Sponsor must request the ICE check as a part of the NAC. (h) Notification of Disqualifying Information. If the Office of Security receives disqualifying information on a contract employee, the Sponsor and Contracting Officer will be notified. The Sponsor shall coordinate with the Contracting Officer for the immediate removal of the employee from duty requiring access to Departmental facilities or IT systems. Contract employees may be barred from working on the premises of a facility for any of the following reasons: (1) Conviction of a felony crime of violence or of a misdemeanor involving moral turpitude. (2) Falsification of information entered on security screening forms or of other documents submitted to the Department. (3) Improper conduct once performing on the contract, including criminal, infamous, dishonest, immoral, or notoriously disgraceful conduct or other conduct prejudicial to the Government regardless of whether the conduct was directly related to the contract. (4) Any behavior judged to pose a potential threat to Departmental information systems, personnel, property, or other assets. (i) Failure to comply with security processing requirements may result in termination of the contract or removal of contract employees from Department of Commerce facilities or denial of access to IT systems. (j) Access to National Security Information. Compliance with these requirements shall not be construed as providing a contract employee clearance to have access to national security information. (k) The contractor shall include the substance of this clause, including this paragraph, in all subcontracts. (End of clause) (XIV) Defense Priorities and Allocation System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 12:00 P.M. MDT on March 27, 2014. All quotes must be emailed to the attention of Joy A. Richardson. The email address is: joy.a.richardson@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Joy A Richardson by email to: joy.a.richardson@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NRMJ1000-14-00556/listing.html)
- Place of Performance
- Address: U.S. DEPARTMENT OF COMMERCE, NOAA ESRL, GLOBAL MONITORING DIVISION, 325 BROADWAY, BOULDER, Colorado, 80305-3328, United States
- Zip Code: 80305-3328
- Zip Code: 80305-3328
- Record
- SN03313871-W 20140320/140318235229-217decdf1a997148d4c9ed3a7101b233 (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 |