Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2020 SAM #6678
SOLICITATION NOTICE

N -- Non-Personal Services for a Fire Protection System to Include Installation & Maintenance at NOAA NSSL, Normal, OK

Notice Date
3/10/2020 1:31:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
NRMAG000-20-00227MH
 
Response Due
3/13/2020 3:00:00 PM
 
Archive Date
03/28/2020
 
Point of Contact
MARILYN HERRERA, Phone: 3034973870, Fax: 3034976984
 
E-Mail Address
MARILYN.HERRERA@NOAA.GOV
(MARILYN.HERRERA@NOAA.GOV)
 
Description
REFERENCE THE ATTACHED COMBINED SYNOPSIS/SOLICITATION FOR FULL AND COMPLETE DETAILS.� ATTACHMENTS INCLUDE STATEMENT OF WORK, SF18 RFQ FORM, WAGE DETERMINATION,�HOLIDAY SCHEDULE, AND Q&A DOCUMENT.� Non-Personal Services for a Fire Suppression System to Include Installation and Maintenance at NOAA NSSL, Normal, OK �(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; quotes 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 NRMAG000-20-00227MWH. (III)������� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04 (JAN 2020) (Deviation 2019-03) (JUNE 2019). (IV)�������� This solicitation is being issued as unrestricted and open to all sources. The associated NAICS code is 561621.� The small business size standard is $22.0M. (V)��������� This combined solicitation/synopsis is for the purchase of the following commercial item(s): The contractor shall be responsible for satisfactorily providing a fire suppression system, to include installation and maintenance, as well as to provide training thereof for the expected life of the current radar install as specified in the attached Statement of Work (SOW). (VI)�������� Description of requirements is as follows: � To obtain a service and to purchase along with a fire suppression system, to include installation and maintenance, as well as to provide training thereof for the expected life of the current radar install in accordance with the Statement of Work (SOW). �FAILURE TO PROVIDE ALL TASKS WILL RESULT IN A NO BID.� The government may award one or more tasks dependent on funding. Wage Rates WD 2015-5315, Revision 10, Last Revision Dated 12/23/2019, are applicable and may viewed at VIEWED AT https://wdolhome.sam.gov/ �(VII)����� Date(s) and place(s) of delivery and acceptance:�� FOB Destination as follows. NOAA/OAR/National Severe Storms Lab 120 David L. Boren Blvd Norman, OK� 73072-7318 (VIII)� FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 2018) (Deviation 2019-03) (JUNE 2019), applies to this acquisition. This is a best value RFQ. 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. Enter specific Instructions below 1.� 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 Marilyn.herrera@noaa.gov. 2.� Contractor shall have an active registration in the System for Award Management (SAM found at www.SAM.gov in order to provide a quote and be eligible for award. 3.� Provide all evaluation criteria in accordance with FAR 52.212-2 in this package. ""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"". CAM 1352.215-72 Inquiries (APR 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO MARILYN.HERRERA@NOAA.GOV. �QUESTIONS SHOULD BE RECEIVED NO LATER THAN 04:00 P.M. MDT/MST, 03/12/2020.� 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) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers.� All factors have the same value. Paragraph (a) is hereby completed as follows: Evaluation will be based on� 1) Technical Capability � The contractor shall meet all the requirements of the Statement of Work and provide supporting documentation demonstrating: Product Specifications� The contractor will certify in writing they understand the requirements of the Statement of Work. A contractor that has performed a site visit will be regarded with higher technical capability unless the contractor can provide a detailed technical approach write-up with their quote for the Government to consider in place of a site visit.� Past Performance. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. Quote shall include at least two references for similar services including the contact name, phone number, and e-mail address. Price. � The Government intends to award a best value, firm fixed-price purchase order on an all or none basis with payment terms of Net 30.� (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3b622914c4424d2a9e1545f3b0cb1bbb/view)
 
Place of Performance
Address: Norman, OK 73072, USA
Zip Code: 73072
Country: USA
 
Record
SN05584288-F 20200312/200310230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.