SOLICITATION NOTICE
61 -- Generator Fuel Tank - Hollings Marine Laboratory, Charleston SC
- Notice Date
- 8/30/2023 12:23:46 PM
- Notice Type
- Solicitation
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- DEPT OF COMMERCE NOAA NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- 1305M223RNCNS0029
- Response Due
- 9/1/2023 1:00:00 PM
- Archive Date
- 09/16/2023
- Point of Contact
- Wendy Culbreth, Phone: 7576051263, Fax: 7574413786
- E-Mail Address
-
Wendy.Culbreth@noaa.gov
(Wendy.Culbreth@noaa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- A0002 - Changes the Due Date for quotes to September 1, 2023 at 4:00 p.m. A0001 - Concerns the Period of Performance The National Oceanic Atmospheric Administration (NOAA), National Ocean Service (NOS), Hollings Marine Laboratory, 331 Fort Johnson Rd, Charleston, SC 29412, has a requirement to replace/upgrade generator fuel tank at the Hollings Marine Laboratory.� Period of Performance for completion is 90 days after contract award. Statement of Magnitude � Between $25,000.00 and $100,000.00 This procurement is 100% set aside for small business concerns.� The associated NAICS code is 237120, Oil and Gas Pipeline and Related Structures Construction with a business size standard of $45 million. The Department of Labor, General Decision Number SC20230023, dated 01/06/2023 is applicable to this solicitation and any resulting award.� Site Visit may be arranged by contacting Richard Sparkman the onsite Facility Operations Supervisor, Richard.Sparkman@noaa.gov, (808) 295-3822. CAR 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APR 2010) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the Lowest Price Technically Acceptable Offer (LPTA).� Technically acceptable is defined as the offeror�s ability to meet all the requirements/salient characteristics identified in the Statement of Work/Specification and the offeror�s demonstrated ability to perform the contract successfully through Past Performance.� Only the lowest priced offer will be evaluated for technical acceptability.� If the lowest priced offer is found not to be technically acceptable, then the next lowest priced offer will be evaluated.� This process will continue until a technically acceptable offer is identified; not all offers will be evaluated.� The following factors shall be used to evaluate offers: (1) Technical, (2) Past Performance, and (3) Price Technical (Pass/Fail) The government will evaluate the offeror�s ability and method/approach to providing all the requirements in the Statement of Work as identified in their technical section/proposal.� Technical will be rated as to the extent the offeror can clearly and fully demonstrate that it has a thorough understanding of the requirements and can successfully provide the requirements.� Offerors that cannot specifically address their ability and method/approach to providing all the requirements in the Statement of Work or that do not submit a Technical Section with their offer may be rejected without further consideration.� Past Performance (Pass/Fail) The Government will evaluate an offeror�s past performance to determine the degree to which current and previous contract efforts indicate the probability of the offeror successfully accomplishing/performing the requirements of the Statement of Work.� The currency and relevancy of the information, source of the information, context of the data, and general trends in contractor�s performance will be considered.� Past performance information received from the offeror shall be within the past 3 years or ongoing and be relevant to this requirement (i.e. the same or similar requirements.) Only relevant past performance will be evaluated. Price (Only the lowest priced technically acceptable offer will be evaluated on Price) The Government will evaluate price for reasonableness and award a contract to the offeror with the lowest priced technically acceptable offer.� Offerors are required to provide a unit price for all items.� A zero dollar figure ($0.00) unit price means the Offeror will provide the service or supply at no charge to the Government.� Unit price left blank or annotated with something other than a dollar figure will be considered unacceptable and the Government has discretion whether to reject the offer without any further consideration.� All questions must be submitted in writing to Wendy.Culbreth@noaa.gov by 4:00 P.M. Eastern on August 22, 2023. Telephone inquiries will not be honored. Contractors are encouraged to register with the Contract Opportunities Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within Contract Opportunities where this synopsis/solicitation is posted). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All responsible sources may submit a proposal which shall be considered by the agency.� Proposals must be submitted via electronic means (e-mail) by 4:00 P.M. Eastern on August 30, 2023 to the Contract Specialist, Wendy Culbreth, at Wendy.Culbreth@noaa.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9c0194b8f15145208da628df1c812b16/view)
- Place of Performance
- Address: Charleston, SC 29412, USA
- Zip Code: 29412
- Country: USA
- Zip Code: 29412
- Record
- SN06813292-F 20230901/230830230056 (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 |