Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2015 FBO #5124
SOLICITATION NOTICE

J -- Ship Repairs - SF-18

Notice Date
12/2/2015
 
Notice Type
Cancellation
 
NAICS
336611 — Ship Building and Repairing
 
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
NMAN21451600399DLZ
 
Archive Date
12/18/2015
 
Point of Contact
Donald L. Schartz, Phone: 3034977363
 
E-Mail Address
donald.l.schartz@noaa.gov
(donald.l.schartz@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF-18 To Bid On. COMBINED SYNOPSIS/SOLICITATION For Repairs Needed on NOAA Ship Reuben Lasker to include the Cleaning of the propeller stern tube bearing and underwater borescope inspection of tube and seal, Replacement of the anchor windlass HPU heat exchanger and Replace refrigeration compressor, thermal expansion valve and install suction filter. (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 NMAN21451600399DLZ. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 336611; the size standard is 1000 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial supply/services. Cleaning of the propeller stern tube bearing and underwater borescope inspection of tube and seal, Replacement of the anchor windlass HPU heat exchanger and Replace refrigeration compressor, thermal expansion valve and install suction filter. (VI) Description of requirements is as follows: Per Statement of Work Starting on Page 17 1. Clean propeller stern tube bearing area, and then perform an underwater borescope inspection of the stern tube and shaft seal. Upon completion of all work; video shall be provided to GOV that depicts a cleaned cavity and borescope inspection results. 2. Replacement of the anchor windlass HPU heat exchanger aboard the NOAA Ship Reuben Lasker.. 3. Requirements to replace refrigeration compressor, thermal expansion valve, and install suction filter. (VII) Period of performance shall be date of award for the following dates. Performance Period: Data of Award through December 31, 2015 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2015), applies to this acquisition. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Quotes shall be fully executed and returned on the Standard Form (SF) 18 and any acknowledgements of solicitation amendments on the SF 30. 2. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable and can be sent to Donald.L.Schartz@noaa.gov or Faxed to 303-497-3163. 3. At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number 4. Provide all evaluation criteria in accordance with 52.212-2 in this package. 1352.215-72 Inquiries (Apr 2010) Offerors must submit all questions concerning this solicitation in writing to Donald.L.Schartz@noaa.gov or Clifford.C.Edwards@noaa.gov. Questions should be received no later than 1:00 P.M. MST, December 4, 2015. 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) (IX) FAR 52.212-2, Evaluation -Commercial Items (Oct 2014), applies to this acquisition. 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. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Technically Acceptable Per Specifications and past performance. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the agency's knowledge of contractors performance, other government agencies or commercial entities, or past performance databases.. 2) Price. The Government intends to award a firm-fixed price purchase order on an ALL or NONE basis with payment terms of Net 30. 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. This will be and All or None award. 1) Capability to meet the requirements of the Specifications. • Vendor must be able to support this type of service for the repairs. • Capability to provide the repair to meet the specifications. • Equipment Certifications - if applicable • Licenses to Operate - if applicable 2) Price. (X) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Nov 2015) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. (a) Definitions. As used in this provision- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Highest-level owner" means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. "Immediate owner" means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. "Inverted domestic corporation", means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. "Sensitive technology"- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Small disadvantaged business concern", consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. "Subsidiary" means an entity in which more than 50 percent of the entity is owned- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (p) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it o is, o is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it o is, o is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it o is, o is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, that it o is, o is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is, o is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that- (i) It o is,o is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It o is, o is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: __________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that- (i) It o is, o is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It o is, o is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: __________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________ (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that- (i) It o is, o is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It o is, o is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246- (1) Previous contracts and compliance. The offeror represents that- (i) It o has, o has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It o has, o has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that- (i) It o has developed and has on file, o has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 cfr parts 60-1 and 60-2), or (ii) It o has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American-Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item" "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Supplies." (2) Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________ [List as necessary] (3) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals- (1) o Are, o are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) o Have, o have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) o Are, o are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) o Have, o have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed end products. Listed End Product Listed Countries of Origin ___________________ ___________________ ___________________ ___________________ (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) o In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) o Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Labor Standards(Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] [ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror o does o does not certify that- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror o does o does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). o TIN: ________________________________. o TIN has been applied for. o TIN is not required because: o Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; o Offeror is an agency or instrumentality of a foreign government; o Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. o Sole proprietorship; o Partnership; o Corporate entity (not tax-exempt); o Corporate entity (tax-exempt); o Government entity (Federal, State, or local); o Foreign government; o International organization per 26 CFR 1.6049-4; o Other ________________________________. (5) Common parent. o Offeror is not owned or controlled by a common parent; o Name and TIN of common parent: Name ________________________________. TIN _________________________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations. (1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (2) Representation. By submission of its offer, the offeror represents that- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall e-mail questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (2) Representation and Certifications. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror- (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,000 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a DUNS Number in the solicitation. (1) The Offeror represents that it o has or o does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture. (2) If the Offeror indicates "has" in paragraph (p)(1) of this provision, enter the following information: Immediate owner CAGE code: ____________________. Immediate owner legal name: _____________________. (Do not use a "doing business as" name) Is the immediate owner owned or controlled by another entity: o Yes or o No. (3) If the Offeror indicates "yes" in paragraph (p)(2) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest-level owner CAGE code: __________________. Highest-level owner legal name: ___________________. (Do not use a "doing business as" name) (End of provision) Alternate I (Oct 2014). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision: (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) ____ Black American. ____ Hispanic American. ____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ____ Individual/concern, other than one of the preceding. The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Dec 2014) 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 2015) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (31) 52.222-37, Employment Reports on Veterans (OCT 2015) (38 U.S.C. 4212). (44) 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). (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.203-98 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements -Representations (DEVIATION 2015-02) (FEB 2015) 52.203-99 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 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) 52.203-98 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements -Representations (DEVIATION 2015-02) (FEB 2015) 52.203-99 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015). The following additional FAR terms and conditions apply: 52.204-7, System for Award Management (Jul 2013) 52.204-13, System for Award Management Maintenance (Jul 2013) 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Commerce Acquisition Regulation provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (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 Commerce Acquisition Regulation clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2014) (1) In accordance with Sections 536 and 537 of Division B of Public Law 113-76 Consolidated Appropriations Act, 2014, none of the funds made available by Consolidated Appropriations Act, 2014 funding 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, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and has made a determination that this further action is not necessary to protect the interests of the Government, or (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, where the awarding agency is aware of the unpaid 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 Offerer 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 agreement with the authority responsible for collecting the tax liability. (End of provision) 52.232-40 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (Dec 2013) (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (End of clause) DEPARTMENT OF COMMERCE CLAUSES: FOR FULL TEXT OF A COMMERCE ACQUISITION CLAUSE OR PROVISION YOU MAY GO TO THE FOLLOWING WEBSITE, http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm 1352.201-70, CONTRACTING OFFICER'S AUTHORITY (APRIL 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. (End of clause) 1352.209-73, COMPLIANCE WITH THE LAWS (APRIL 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) 1352.209-74, ORGANIZATIONAL CONFLICT OF INTEREST (APRIL 2010) (a) Purpose. The purpose of this clause is to ensure that the contractor and its subcontractors: (1) Are not biased because of their financial, contractual, organizational, or other interests which relate to the work under this contract, and (2) Do not obtain any unfair competitive advantage over other parties by virtue of their performance of this contract. (b) Scope. The restrictions described herein shall apply to performance or participation by the contractor, its parents, affiliates, divisions and subsidiaries, and successors in interest (hereinafter collectively referred to as "contractor") in the activities covered by this clause as a prime contractor, subcontractor, co-sponsor, joint venturer, consultant, or in any similar capacity. For the purpose of this clause, affiliation occurs when a business concern is controlled by or has the power to control another or when a third party has the power to control both. (c) Warrant and Disclosure. The warrant and disclosure requirements of this paragraph apply with full force to both the contractor and all subcontractors. The contractor warrants that, to the best of the contractor's knowledge and belief, there are no relevant facts or circumstances which would give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, and that the contractor has disclosed all relevant information regarding any actual or potential conflict. The contractor agrees it shall make an immediate and full disclosure, in writing, to the Contracting Officer of any potential or actual organizational conflict of interest or the existence of any facts that may cause a reasonably prudent person to question the contractor's impartiality because of the appearance or existence of bias or an unfair competitive advantage. Such disclosure shall include a description of the actions the contractor has taken or proposes to take in order to avoid, neutralize, or mitigate any resulting conflict of interest. (d) Remedies. The Contracting Officer may terminate this contract for convenience, in whole or in part, if the Contracting Officer deems such termination necessary to avoid, neutralize or mitigate an actual or apparent organizational conflict of interest. If the contractor fails to disclose facts pertaining to the existence of a potential or actual organizational conflict of interest or misrepresents relevant information to the Contracting Officer, the Government may terminate the contract for default, suspend or debar the contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract. (e) Subcontracts. The contractor shall include a clause substantially similar to this clause, including paragraphs (f) and (g), in any subcontract or consultant agreement at any tier expected to exceed the simplified acquisition threshold. The terms "contract," "contractor," and "Contracting Officer" shall be appropriately modified to preserve the Government's rights. (f) Prime Contractor Responsibilities. The contractor shall obtain from its subcontractors or consultants the disclosure required in FAR Part 9.507-1, and shall determine in writing whether the interests disclosed present an actual, or significant potential for, an organizational conflict of interest. The contractor shall identify and avoid, neutralize, or mitigate any subcontractor organizational conflict prior to award of the contract to the satisfaction of the Contracting Officer. If the subcontractor's organizational conflict cannot be avoided, neutralized, or mitigated, the contractor must obtain the written approval of the Contracting Officer prior to entering into the subcontract. If the contractor becomes aware of a subcontractor's potential or actual organizational conflict of interest after contract award, the contractor agrees that the Contractor may be required to eliminate the subcontractor from its team, at the contractor's own risk. (g) Waiver. The parties recognize that this clause has potential effects which will survive the performance of this contract and that it is impossible to foresee each circumstance to which it might be applied in the future. Accordingly, the contractor may at any time seek a waiver from the Head of the Contracting Activity by submitting such waiver request to the Contracting Officer, including a full written description of the requested waiver and the reasons in support thereof. (End of clause) 1352.233-70, AGENCY PROTESTS (APRIL 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: Clifford C. Edwards Contracting Officer NOAA/AGO Western Acquisition Division-Boulder 325 Broadway SOU6 Boulder, CO 80305 FAX: 303-497-3163 (d) 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 U.S. 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 (APRIL 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) (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 1:00 P.M. Mountain Standard Time on December 8, 2015. All quotes must be faxed or emailed to the attention of Donald Schartz. The fax number is (303) 497-3163 and the email address is Donald.L.Schartz @noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Donald Schartz through the email address: Donald.L.Schartz@noaa.gov or fax (303) 497-3163. THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. STATEMENT OF WORK AVAILABILITY PERIOD NOAA SHIP REUBEN LASKER R228 REVISION A VESSEL PARTICULARS LENGTH (LOA): 63.57 m (208.6 ft) BREADTH AT MAIN DECK: 15.0 m (49.2 ft) DEPTH: 8.65 m (28.4 ft) DRAFT, MAX: 6.13 m (20.1 ft) DISPLACEMENT, MAX: 2,569.7 tonnes (2,529.1 long tons) GROSS TONNAGE (ITC): 2199 HULL: Welded Steel SUPERSTRUCTURE: Aluminum Revision Work Item Description Date Approved A - Editorial changes 10/26/2015 ELB Item Number Item Name Revision i Background / Universal Requirements - 000 Industrial Dive Support - 014 Additional Item Requirements - 512 Windlass HPU Oil Cooler Install - 617 Climate Control Room Reefer Unit - BACKGROUND The NOAA SHIP Reuben Lasker was built in Marinette Marine Corporation, commissioned on November 8, 2014, and is a Fishery Survey Vessels (FSV) operated by NOAA. The Reuben Lasker is one of the most technologically advanced fisheries vessels in the world. The ship's primary objective is to support fish, marine mammal, and turtle surveys off the U.S. West Coast and in the eastern tropical Pacific Ocean. UNIVERSAL REQUIREMENTS 1. Contractor shall hold a kick-off meeting within 5 days of award. 2. Contractor is responsible for access to port facility for all personnel (subcontractors, employees, vendor, etc). Access will require a TWIC or CAC id card for each individual or a TWIC and port facility training to escort personnel. 3. Contractor shall hold twice weekly production meetings with GOV, and shall move to daily meetings at the request of the CONREP. 4. Contractor shall provide a schedule that demonstrates an understanding of workscope and identifies completion of the package within the period of performance 5. Contractor shall clean-up each day before leaving ship (i.e. broom swept, stow tools, loose gear). 6. Contractor work hours onboard vessel shall be 0800-1700 unless extended by COR. 7. NOAA will contract for the services of ABS and USCG as required. 8. While NOAA will contract ABS and USCG, it is the contractor's responsibility to schedule, conduct/facilitate any onsite visit, and receive required approvals from ABS and USCG. This includes all inspections, material certs, testing, etc. 9. Contractor shall notify cognizant GOV representative, ABS, and USCG a minimum of 4 hours before inspection, demonstration, test, etc. 10. Offerors, bidders or quoters are urged and expected to inspect the sites where services are to be performed aboard the Reuben Lasker and to satisfy themselves regarding all general and local conditions, (including locations, interferences, tolerances and necessary "work-arounds) that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the sites constitute grounds for a change order or claim after contract award. 11. Within the scope of this Work Package, complete each Work Item in accordance with the appropriate General Technical requirements (GTRs). Where a work item has special requirements that differ from the GTRs, the requirements of the Work Item shall govern. Where there are no special requirements invoked, then the GTRs shall govern. 12. Work items and references provided by the Government to the Contractor do not fully describe all work required to meet regulatory requirements. The Contractor shall ensure that work complies with regulatory requirements in accordance with ABS and USCG standards. 13. All new equipment shall be Contractor Furnished unless specified in each work item. 14. All new equipment shall meet ABS and USCG standards. 15. All modification work requires that new materials (e.g., pipe, plate, etc.) be certified with supporting mill sheets traceable to heat numbers stamped on the material. Material marking shall be verified by the attending ABS and/or USCG Surveyor prior to cutting of material for production. If the material is not marked, chemical analysis and destructive tests in accordance with Part 3 of the Steel Vessel Rules (SVR) may be required to prove compliance. 16. All welding work must be accomplished using ABS-approved Weld Procedure Specifications (WPS) with supporting Procedure Qualification Records (PQR), and the work must be accomplished by ABS-approved welders with supporting Welder Qualification Record (WQR). 16.1 ABSTRACT: 16.2 This work item describes requirements for additional effort to be used for emergent work if ordered by the Contracting Officer. 2.1 REFERENCES/ENCLOSURES: 2.2 None additional. 3.1 ITEM LOCATION//DESCRIPTION: 3.2 None additional. 4.1 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.2 None additional. 5.1 NOTES: 5.2 The Contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTRs) to determine applicability to this Work Item. In performance of this Work Item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTRs. 5.3 The contractor and all subcontractors, regardless of tier, are advised to review other work items under this contract to determine their effect on the work required under this work item. 5.4 The man-hours of labor contained within this item are in addition to those required to accomplish work specified within the remaining specifications. 5.5 By definition, there are 8 hours in a man-day. 5.6 The man-hours and material cost estimates specified herein are for evaluation of proposals only. The provided burdened man-hour rates shall remain in effect for the entire life of the contract. Pursuant to the "Changes - Ship Repair" clause, the Government reserves the right to award or not award any portion up to or beyond the estimates set forth herein. 6.1 QUALITY ASSURANCE REQUIREMENTS: 6.2 None additional. 7.1 STATEMENT OF WORK: 7.2 The rate for all man-hours of labor, to be used for emergent work if ordered by the Contracting Officer pursuant to the "Changes - Ship Repair" clause or mutually agreed upon by the parties by supplemental agreement to accomplish additional work not required elsewhere in the work items, shall be established using this item. For bidding purposes, estimate 300 man-hours worth of emergent work for this item 7.3 Indicate in the "Bid Schedule" the total man-hour rate to be used in evaluation of the proposal and also to be used for negotiating changes as required by the "Changes - Ship Repair" clause. This rate shall be a flat rate to cover the entire effort and shall be burdened to include: 7.3.1 Production man-hours shall be for skilled labor at the journeymen level expended in direct production as exemplified by the following functions: Abrasive Cleaning/Blasting, Blacksmithing, Boilermaking, Carpentry, Crane Operation, Electrical/Electronic Work, Engineering (Production), Insulating/Lagging, Machining (inside and outside), Painting, Pipe Fitting, Rigging, Sheet-metal Work, Shipfitting, Shipwrights, Staging/Scaffolding, Tank Cleaning, and Welding/Burning/Brazing. 7.3.2 Non-production man-hours (whether charged as a direct labor or indirect labor by the contractors accounting system) shall be for labor in support of production functions. Necessary support functions should be priced into the burdened rate for production man- hours. Examples of support functions include Engineering (support), Estimating, General Labor, Firewatch, material Handling, Planning, Quality Assurance, Security (General), Supervision, Surveying, Testing, and Transportation. 7.3.3 Other indirect charges including but not limited to the following: overhead, general and administrative, support functions, facilities, and capital cost of money and profit for the contractor. 7.4 All material costs, including subcontract, shall be paid based on the price paid to the supplier plus the markup identified in the "Bid Schedule". For bidding purposes estimate $20,000 worth of additional material for this item. 7.5 Full award of this work item shall not in itself justify an extension to the original contract completion date. -End of Work Item- 1.1 ABSTRACT: 1.2 This work item describes requirements to clean propeller stern tube bearing area, and then perform an underwater borescope inspection of the stern tube and shaft seal. 2.1 REFERENCES/ENCLOSURES: 2.2 References 2.2.1 Drawing - FSV6-601-01 Rev (F) General Arrangements 2.2.2 Drawing - FSV-243-01_1-7 Rev (C) Shaft Layout and Details 2.2.3 FSV6 Misc details of stern tube structure, stern tube void, and bearing clearances 2.2.4 FSV6 Stern Tube Fouling Video (mp4) 3.1 ITEM LOCATION/ QUANTITY/DESCRIPTION: 3.2 Locations (Primary, but not limited to) 3.2.1 Hub and Stern tube area 3.2.2 Rudder Area 4.1 GOVERNMENT FURNISHED MATERIAL/SERVICES: 4.2 None 5.1 NOTES: 5.2 Crew has heard loud squealing sounds coming from the stern tube bearing. It is believed this is due to marine growth being ground up in the stern tube bearing. Likely marine growth exists in the stern tube void, stern tube bearing, and cavity where shaft and stern tube bearing meet. 5.3 Previous dive inspections identified marine growth in the cavity where the propeller hub and stern tube structure meet. The aft end of the stern tube bearing is within this area. 5.4 Previous dive inspection recommended utilization of a small flexible tip nozzle utilizing high pressure water to clean the marine growth from this cavity. 5.5 The cavity cleaning and borescoping will require a dive service that has extensive experience in industrial diving. 5.6 The Contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTRs) to determine applicability to this Work Item. In performance of this Work Item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTRs. 5.7 The contractor and all subcontractors, regardless of tier, are advised to review other work items under this contract to determine their effect on the work required under this work item. 5.8 This propeller blades are of a highly complex design and require special consideration to prevent damage (nicks, scrapes) caused by equipment or tools while performing work. 5.9 The propulsion shaft has a jacking gear that can be utilized to rotate the shaft in a very controlled and slow manner if required by divers. 6.1 QUALITY ASSURANCE REQUIREMENTS: 6.2 Upon completion of all work; video shall be provided to GOV that depicts a cleaned cavity and borescope inspection results. 7.1 STATEMENT OF WORK: 7.2 Clean area where the stern tube bearing and shaft meet. Note: This area is accessed via a 32mm gap between the propeller hub and the stern tube structure. 7.2.1 Once cleaning is completed, perform a borescope inspection the stern tube via the bearing channels working forward to inspect for marine growth, calcification of the shaft, bearing wear, etc. 7.2.2 Ensure that the borescope inspection reaches as far as possible. Into the stern tube void if possible. 7.2.3 Provide video that depicts a clean cavity and borescope inspection results. -End of Work Item- 1.1 ABSTRACT: 1.2 This work item describes the replacement of the anchor windlass HPU heat exchanger aboard the NOAA Ship Reuben Lasker. 2.1 REFERENCES/ENCLOSURES: 2.2 References 2.2.1 Drawing FSV6-601-01 Rev (F) General Arrangements 2.2.2 Drawing FSV6-631-01 Rev (B) Paint Schedule 2.2.3 Drawing FSV6-556-01 Rev (D) Hydraulic System Diagram 2.2.4 Anchor Windlass Manual 581-01-00001-010 Rev (A) 2.2.5 Alfa Laval M3-FG Heat Exchanger Details 2.1 ITEM LOCATION/ Components: 2.2 Locations (Primary, but not limited to) 2.2.1 Scientific Stores 1-4-0 2.3 Components 2.3.1 The contractor shall provide all material required to install a fully functional system to meet the requirements of this specification. 2.2.1.1 Specifically: brackets, hoses, fittings, connections, hydraulic fluid, 3.1 GOVERNMENT FURNISHED MATERIAL/SERVICES: 3.2 One oil cooler equivalent to Alfa Laval model M3-FG with 53 plates 3.1.1 Estimated Delivery Date: December 10, 2015 4.1 NOTES: 4.2 The Contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTRs) to determine applicability to this Work Item. In performance of this Work Item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTRs. 4.3 The contractor and all subcontractors, regardless of tier, are advised to review other work items under this contract to determine their effect on the work required under this work item. 4.4 Definitions 4.3.1 COR - Contracting Officer's Representative. 5.1 QUALITY ASSURANCE REQUIREMENTS: 5.2 Upon completion of all work; deck surfaces, bulkheads, new surfaces, and any areas of disruption shall be painted/repaired. 5.3 Upon completion of Statement of Work, demonstrate successful operation and functionality of newly installed heat exchanger. Any adjustments necessary shall be made to correct deficiencies found. 6.1 STATEMENT OF WORK: 6.2 Remove existing heat exchanger. 6.3 Install new heat exchanger 6.3.1 The heat exchanger shall be mounted outboard and within 2 feet of HPU. The contractor shall provide and install a foundation for the heat exchanger. Final location of heat exchanger shall be approved of by COR. See picture 02. 6.3.2 The hydraulic lines and the seawater cooling lines shall be modified for connection to the heat exchanger with hoses and appropriate fittings. The hydraulic hoses shall have CRES fittings. The seawater hoses shall have bronze or CuNi fittings. Installation and hoses must meet SAE J-1942 and ABS requirements. Hose lengths shall not exceed 30 inches. See picture 03 & 04. 6.3.3 The existing seawater isolation valves shall remain in the system (524-VL-108 & 524-VL- 109). 6.3.4 All affected piping, valves, fittings and other components shall be flushed with hydraulic fluid to remove contaminants. 6.4 Inspection and Test 6.4.1 System shall be operated with windlass turning for no less than one hour. 6.3.2 Contractor shall arrange for ABS inspection or testing of as-installed system, if required. 2.0 Pictures Picture 01, Windlass HPU Picture 02, Outboard Area of HPU Picture 03, Existing Oil Cooler Picture 04, Existing Oil Cooler -End of Work Item- 1.1 ABSTRACT: 1.2 This work item describes requirements to replace refrigeration compressor, thermal expansion valve, and install suction filter. 2.1 REFERENCES/ENCLOSURES: 2.2 References 2.2.1 Drawing - FSV6-601-01 Rev (F) General Arrangements 2.2.2 Drawing - FSV6-505-01 Rev (B) General Requirements for Pipings 2.2.3 Drawing - FSV6-631-01 Rev (B) Paint Schedule 2.2.4 Refrigeration System Manual - 516-01-00001-010 Rev_A 2.2.5 Drawing - FSV-635-01 Rev (A) Insulation and Damping Tile 3.1 ITEM LOCATION/ QUANTITY/DESCRIPTION: 3.2 Locations (Primary, but not limited to) 3.2.1 Main Machinery Room (4-49-0) 3.2.2 Controlled Environment Room (1-58-2) 4.1 GOVERNMENT FURNISHED MATERIAL/SERVICES: 4.2 None 5.1 NOTES: 5.2 The Contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTRs) to determine applicability to this Work Item. In performance of this Work Item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTRs. 5.3 The contractor and all subcontractors, regardless of tier, are advised to review other work items under this contract to determine their effect on the work required under this work item. 6.1 QUALITY ASSURANCE REQUIREMENTS: 6.2 Upon completion of all work; deck surfaces, bulkheads, new surfaces, and any areas of disruption shall be painted/repaired. 6.3 Final installation shall be reviewed and approved by American Bureau of Shipping (ABS) in the presence of cognizant NOAA representative. ABS surveyor inspection and approval is required and shall be paid for by NOAA. Copies of ABS approval documentation shall be provided. 6.4 The system shall be operated for 48 continuous hours. Condensing unit shall be observed and adjusted for manufacture's recommended operating temperatures, pressures and levels. Any discovered leaks shall be repaired. 7.1 STATEMENT OF WORK: 7.2 Reclaim 134a refrigerant from Controlled Environmental Room refrigeration system. 7.3 Remove and dispose of existing refrigeration condensing unit. 7.4 Procure and install new refrigeration condensing unit equivalent to Carrier Transicold, 1.3 Ton, R- 134a, 600 VAC, 3 Phase System. System shall include an oil separator. 7.5 Connect new condensing unit to existing piping. 7.6 Replace/install with new: 7.6.1 thermal expansion valve, 7.6.2 solenoid valve, 7.6.3 return oil filter, 7.6.4 liquid line filter dryer, 7.6.5 and suction line accumulator. 7.7 Connect new condensing unit to existing power supply and controller. 7.8 Remove shipping pressure from condensing unit and charge system to 10 psig with 134a. Add dry nitrogen until system pressure is 150 psig. Check for leaks with an electronic leak detector. Repair leaks accordingly. 7.9 Remove system pressure and install the filter drier core(s). 7.10 Use a two stage vacuum pump capable of reducing the absolute pressure of 500 microns. Evacuate the system until the absolute pressure is approximately 1000 microns. Valve off the unit and check for pressure rise, if the pressure rises continue to evacuate to ensure that all moisture is removed. If pressure continues to rise, check for leaks and repair same. 7.11 Charge system with 134a refrigerant. 7.12 Perform manufacture's prestart procedure and make necessary system adjustments. 7.13 Energize and test system. -End of Work Item-
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NMAN21451600399DLZ/listing.html)
 
Place of Performance
Address: NOAA Vessel Reuben Lasker, Attn: Port Office, 1839 Water Street, San Diego, California, 92106, United States
Zip Code: 92106
 
Record
SN03959026-W 20151204/151202234721-581990acac52bd549c580ff549181f7a (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.