Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2015 FBO #4886
SPECIAL NOTICE

R -- R- SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL - DoL Wage Determination

Notice Date
4/9/2015
 
Notice Type
Special Notice
 
NAICS
334519 — Other Measuring and Controlling Device 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
NCNL4000-15-00978
 
Archive Date
5/9/2015
 
Point of Contact
Chelsea Henline, Phone: 7574416454
 
E-Mail Address
chelsea.henline@noaa.gov
(chelsea.henline@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Wage Determination The US Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Simplified Acquisition Team intends to negotiate on a sole source basis with GWR Instruments, Inc. using the procedures in FAR Parts 6 and 13, to provide overhaul upgrades and repairs of an iGrav Super Conducting Gravity Meter at the TMGO facility in Silver Spring, MD. GWR Instruments, Inc. has the exclusive rights to sell, design, install and service the iGrav Superconducting Gravity Meter. The statutory authority for other than full and open competition is 41 USC 253(c)(1) as implemented by FAR 6.302-1, Only one responsible source. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.204-7, System for Award Management, FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation -Commercial Items FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.201-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government' Interest when subcontracting with contractors debarred, suspended or proposed for debarment FAR 52.209-10, Prohibition on contracting with Inverted domestic corporations FAR 52.217-8, Option to Extend Services FAR 52.219-28, Post award small business program representation FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.225-13, Restrictions on Certain Foreign purchases FAR 52.225-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-4, Applicable law for Breach of Contract Claim FAR 52.239-1 Privacy or Security Safeguards FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent rates for Federal Hires FAR 52.252-2, Clauses Incorporated by Reference, CAR 1352.201-70 Contracting Officer Authority, CAR 1352.209-73, Compliance with the Laws, CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.233-70, Agency Protest, CAR 1352.239-70, Software License Addendum The North American Industry Classification Code (NAICS) for this acquisition is 334519 with a business size standard of 500 employees. This is not a solicitation for competitive quotes. However, if any other interested party believes that it can meet the requirements, it may submit a statement of capabilities, which if timely received, will be considered by NOAA. All proposals received by 11:00am, April 24, 2015 will be considered by the Government. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Evidence must be provided of ability to provide the required services. The capability statement and any other information furnished must be in writing, and must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the foregoing requirements. Capability statements and related materials must be e-mailed to Chelsea.henline@noaa.gov by 11:00am, April 24, 2015. Award will be made using FAR 13, Simplified acquisition procedures, current through FAC 2005-61.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/NCNL4000-15-00978/listing.html)
 
Place of Performance
Address: NOAA/NOS/OBSERVATION & ANALYSIS DIV, 1315 E-W HWY, SSMC-3 RM 8558, Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN03695655-W 20150411/150409235843-7f1989e0e4e9ca6d802a2fbc066e8618 (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.