Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2011 FBO #3470
SOLICITATION NOTICE

J -- Maintenance of SCUBA Regulators

Notice Date
5/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
NMAN8700-11-02906DT
 
Archive Date
6/15/2011
 
Point of Contact
Doris P Turner, Phone: 303-497-3872
 
E-Mail Address
doris.p.turner@noaa.gov
(doris.p.turner@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Maintenance of SCUBA Regulators (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 NMAN8700-11-02906. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 811219. The small business size standard is $19.0 million. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001: Provide annual servicing and repair of scuba diving regulators, pressure gauges and UWATEC bottom timer/depth gauges: 1. 800 - Oceanic FDX 10 First Stage Regulators 2. 800 - Oceanic Delta 4 Second Stage Regulators 3. 800 - Atomic SS1 Safe Second/Alternate Air Source Regulators 4. 800 - Pressure Gauges 5. 800 - UWATEC Digital Bottom timer/depth gauges Additional regulators or gauges beyond the above quantities will be billed per item. (VI) Description of requirements is as follows: SPECIFICATIONS FOR ANNUAL MAINTENANCE AND REPAIR OF SCUBA REGULATORS The NOAA Diving Center is soliciting bids for the annual servicing and repair of its scuba diving regulators, pressure gauges and Uwatec bottom timer/depth gauges by qualified outside vendors. For the purpose of this solicitation, vendors are asked to provide price quotes for the servicing and testing of the following equipment: • ≥ 800 Oceanic FDX 10 first stage regulators • ≥ 800 Oceanic Delta 4 second stage regulators • ≥ 800 Atomic SS1 Safe Second/Alternate Air Source regulators • ≥ 800 Pressure gauges • ≥ 800 UWATEC Digital depth gauges/ bottom timer Additional regulators or gauges beyond the above quantities will be billed per item. SPECIFIC REQUIREMENTS & INFORMATION Vendor responsibilities - • Weekly pick-up and return of quoted items from and to the NOAA Diving Center, 7600 Sand Point Way NE, Seattle, WA 98115. Regulators and gauges will be divided into groups of approximately 20 to 30 regulators per week but could be as high as 50 regulators per batch/per week. If the vendor's location is outside of the Seattle commuting area, shipping costs will be at vendor's expense and should be figured into and included in the per item cost. The vendor will be required to either provide shipping account information or shipping labels for use by the NDC and should account for shipping delays in the 7 calendar day turnaround. • All regulators, gauges and hoses must be serviced in accordance with the manufacturers and OSHA's current annual servicing recommendations and procedures. • Annual replacement parts will be provided by NDC. Any additional repair/replacement parts will be provided by the service facility and should be invoiced as a separate line item. Additionally, the vendor is asked to submit a detailed parts price list as part of their bid package to be used in the final calculation and that can be used by NDC as a reference for billing and payment purposes. Service agreement - • All replacement parts must be new and meet the manufacturer's requirements. • For recordkeeping and quality control purposes each regulator must be serviced so that all parts, including gauges and hoses, stay consistent with that regulator. • Equipment shall be picked up, serviced and returned to NDC weekly. • Each component shall be tracked by serial number and all work performed should be documented including: parts replaced, service performed, pressure settings, test results, date of service, and name and signature of certifying technician. • All work is to be performed in a clean and well maintained service area. • All pressure gauges are to be cleaned, tested and all air spools are to be replaced with new. Any pressure gauges that test ≥ 10% are to be deemed defective and returned to NDC. • UWATEC gauges will be clean and tested in a pressurized water chamber to 300 ft. Any gauge reading +3ft (-0) should be considered defective and returned to NDC. • All gauges (pass or fail) are to be returned to NDC. • All broken, worn and replaced parts, other than those replaced with annual service kits should be returned to NDC. • Replacement of any part or component, other than annual service replacement parts should be approved by NDC prior to replacement. Upon receipt of serviced regulators, NDC will perform a visual inspection and pressure test on each unit. If a regulator is deemed unacceptable, it will be returned to the vendor for re-servicing at no additional cost to NOAA. Examples of unacceptable conditions include but are not limited to: incorrect pressure settings; missing, incorrect, or improperly install parts; failure to detect/replace faulty or damaged parts; and failure to return the regulators in the best condition possible. Failure to comply with any of the above conditions or repeated returns of regulators for re-servicing may lead to cancellation under the termination clause of the purchase request. Qualifications - • All work performed on NOAA regulators must be done by certified Oceanic and Atomic service technicians with training in the repair of these specific regulators. • In order to be considered for this contract, vendors must provide proof of certifications for all repair technicians that may be involved in servicing NOAA regulators. • Vendors must also provide calibration certifications for the master gauges used to test NOAA gauges. (VII) Date and place of delivery and acceptance is NOAA Diving Program, MOPX4, 7600 Sand Point Way NE, Bldg. 8, Seattle, WA 98115-6349. Delivery shall be FOB Destination. Period of performance shall be from August 1, 2011 through August 31, 2012. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide past performance references and proof of certifications for all repair technicians. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Doris Turner either through email Doris.P.Turner@noaa.gov or faxed to 303-497-7719 no later than 2:00 p.m. MST, June 14, 2011. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), 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) Past Performance - quote shall included two references including the phone number, full address and email (if available) and contractor's past performance will be based on responsiveness, quality, and customer services and 2) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2011) with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010), 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 (Apr 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note) (Effective March 1, 2011). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (21) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (22) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (23) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (25) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (25) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (26) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (28) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (31) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) (33) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (37) 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). (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: 52.242-15 Stop-Work Order (Aug 1989) (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) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.217-8, Option to Extend Services (Nov 1999) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr 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. (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. MST/MDT on June 14, 2011. All quotes must be faxed or emailed to the attention of Doris Turner. The email address (preferred) is doris.p.turner@noaa.gov and fax number is 303-497-7719. (XVI) Any questions regarding this solicitation should be directed to either the technical contact: Lisa Glover, Lisa.Glover@noaa.gov or Doris Turner through email: doris.p.turner@noaa.gov or fax 303-497-7719.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NMAN8700-11-02906DT/listing.html)
 
Place of Performance
Address: 7600 Sand Point Way NE Bldg. 8, Seattle, Washington, 98115-6349, United States
Zip Code: 98115-6349
 
Record
SN02455465-W 20110526/110524234544-708e59a799b5564ca45d86aa3a130fab (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.