Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
MODIFICATION

58 -- Skyfora Streamsonde

Notice Date
5/25/2023 8:47:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
NM-AN2200-23-00286
 
Response Due
6/8/2023 5:00:00 AM
 
Archive Date
06/23/2023
 
Point of Contact
Christopher Baker
 
E-Mail Address
Christopher.Baker@noaa.gov
(Christopher.Baker@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations/Marine Operations Center The National Oceanic and Atmospheric Administration (NOAA) The Aircraft Operations Center (AOC) requests the purchase of 105 Streamsonde expendable observing devices, along with the necessary air station hardware to operate the system. The request also includes resources for shipping and handling. This novel observing system will allow NOAA to collect critical atmospheric data within the Tropical Cyclone boundary layer in a manner that is currently not possible. (II)������ This solicitation is issued as a request for quotation (RFQ).� Submit written quotes on RFQ Number NM-AN2200-23-00286, NAME: NOAA Skyfora Streamsonde (III)����� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. (IV)����� This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 336413.� The small business size standard is 1,250 Employees.� (V)������ This specification contains requirements for �The aircraft deployed system provides atmospheric profiles for wind, pressure, temperature, and humidity from the deployment altitude down to the surface. The system also (uniquely) provides measurements of sea surface temperature as well as atmospheric turbulence. This system also has exhibited the unique and desirable capability of reporting data after the sensor system has reached the surface for a finite period of time. These data can be used to initialize coupled numerical weather models to provide updated and or improved observations for more accurate weather prediction including in difficult-to-observe tropical cyclone and other severe weather environments. These ""drop profiles"" (aka dropsondes) can be gathered specifically anywhere the deployment aircraft (e.g. WP 3D; C-130) can travel. The system consists of a receiver, processor, and antennas to track the platform after release. The integrated display and keyboard unit supports menu-driven operation. The system can be mounted via a rack-type installation. After powering up, the dropsonde is initialized on the deployment aircraft and indicates its readiness prior to launch. The System mimics the AVAPS system used operationally by NOAA and Air Force reconnaissance aircraft. Data can be recorded during flight, transmitted back to the deployment aircraft using radio frequency in the 400-406 Mhz range. These data can then be transmitted to operational weather centers worldwide using the Global Transmission System (GTS). REQUIREMENT: - 105 Skyfora Streamsonde observing devices - Air-station station hardware to be installed/used on NOAA�s P3 aircraft - Shipping/handling costs �(VII)�� Date(s) and place(s) of delivery and acceptance. DELIVERY SCHEDULE: As noted on the invoice, delivery times vary by component from one to four months. Shipping logistics and cost are covered by the vendor. NOAA Aircraft Operations Center 3450 Flightline Drive, Lakeland, FL 33811 1. The Request for Quote (RFQ) number; 2. The Name, Address, Telephone Number, and SAM Unique Identifier of the Offeror; 3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Quotes that reject the terms and conditions of the RFQ may be excluded from consideration;� 4. Acknowledgment of Solicitation Amendments (SF-30), if any. 5. Address the ability of meeting the requirements per the Specifications with a detail material specification or data sheet, pictures of the item, and authorized OEM letter to sale or distribute their products. 6. Please provide name, address, telephone number, SAM Unique Identifier, Cage #. 8. An itemized/detail breakdown cost of the quote that will reflect the entire price under this RFQ. (That would include if applicable the following: Material Cost, Labor, Travel, Freight/Delivery, Etc.). 9. A copy of the liability insurance (please ensure is up to date).(For Services Only) 10. Include statement specifying the extent of agreement with all terms, conditions, and provision included in the rfq. Quotes that rejects the terms and conditions of the RFQ may be excluded from consideration. 11. Please provide at least three detail jobs with references performed within the past three years that are the same or similar in scope onboard marine vessels. 12. Vendor shall provide warranty transfer document from the OEM to NOAA for the proposed material and shall include the length of the Warranty. *** The government will award a firm fixed price contract based on best value to the government, capability, availability and price. Price will be evaluated on base cost and optional cost. *** ""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 Christopher.baker@noaa.gov or link below �https://app.smartsheetgov.com/b/form/8f2fba2d1dcf4bbca2ccd6c97a384cee (End of clause) (IX)�� FAR 52.212-2, Evaluation � Commercial Items (https://www.acquisition.gov/far/part-52), 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.�� Paragraph (a) is hereby completed as follows: Evaluation will be based on ����������� a) Capability � (Past Performance, Details listed in quote) ����������� b)Availability (Parts, Service Completion) ����������� c) Price (Base Price and Optional Price- Labor Hours, markup fees) The Government intends to award a best value trade-off, 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) PROVISIONS: DEPARTMENT OF COMMERCE CLAUSES - FOR FULL TEXT OF A COMMERCE ACQUISITION REGULATION, CLAUSE OR PROVISION YOU MAY GO TO THE FOLLOWING WEBSITE, https://www.ecfr.gov/cgi-bin/text-idx?SID=bf6e18a9476188ddcae1efa1cc9fcabd&mc=true&tpl=/ecfrbrowse/Title48/48cfr1352_main_02.tpl CAR 1352.201-70, CONTRACTING OFFICER'S AUTHORITY (APRIL 2010) CAR 1352.209-73, COMPLIANCE WITH THE LAWS (APRIL 2010) CAR 1352.209-74, ORGANIZATIONAL CONFLICT OF INTEREST (APRIL 2010) 1352.233-70 Agency Protests (insert current date) ����������� (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: Christopher Baker, 439 w York Street, Norfolk, VA 23510. Christopher.baker@noaa.gov ����������� (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: National Oceanic and Atmospheric Administration 601 East 12th Street Kansas City, Missouri 64101 Bradley.willis@noaa.gov ����������� (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 (https://www.acquisition.gov/car/part-1352-solicitation-provisions-and-contract-clauses) (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. Offers shall submit quotes electronically no later than 0800 hrs EST, June 8, 2023. Purchase Order will be issued after evaluation of quotes and made to the vendor whose quote is best value to the Government with regards to ����������� a) Capability � (Past Performance, Details listed in quote, Warranty, etc.) ����������� b)Availability (Parts, Service Completion, Delivery, etc.) ����������� c) Price (Base Price and Optional Price- Labor Hours, markup fees, etc.)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a9a4d8a5df07424c82cc418ad3f0f6de/view)
 
Place of Performance
Address: 38250, FL 33811, USA
Zip Code: 33811
Country: USA
 
Record
SN06694086-F 20230527/230525230109 (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  © 1994-2020, Loren Data Corp.