SOLICITATION NOTICE
58 -- SAILOR 500 FLEET BROADBAND
- Notice Date
- 4/4/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
- ZIP Code
- 23510
- Solicitation Number
- EA133M-12-RQ-0305
- Archive Date
- 4/27/2012
- Point of Contact
- Lucy Brockinton, Phone: 7574413409, Linda L. Jacobs, Phone: (757) 441-6563
- E-Mail Address
-
Lucy.Brockinton@noaa.gov, linda.l.jacobs@noaa.gov
(Lucy.Brockinton@noaa.gov, linda.l.jacobs@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION, QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA133M-12-RQ-0305. The NOAA Marine Operations Center, 439 W. York Street, Norfolk, Virginia 23510 and NOAA Electronics Engineering Section-Atlantic, 2578 Davisville Road, North Kingstown, RI 02852 have the following requirement: 0001, SAILOR 500 Fleet Broadband, Product No. 403740A-00500; including above deck unit, below deck unit, IP handset, power supply, manual, 30 meter antenna cable, user/installation, shipping included, 2 EA $_____________ OPTION ITEM 0002, SAILOR 500 Fleet Broadband, Product No. 403740A-00500; including above deck unit, below deck unit, IP handset, power supply manual, 30 meter antenna cable, user/installation, shipping included, to be procured with one year, 2 EA $____________ One Unit shall be shipped to the following Addresses: NOAA Marine Operations Center 439 W. York Street Norfolk, VA 23510 NOAA Electronics Engineering Section-Atlantic 2578 Davisville Road North Kingstown, RI 02852 The required delivery date is April 27, 2012. Pricing is to include shipping Vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (APR 2012), with its quote. [An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision.] Vendors shall refer to www.acquisition.gov to obtain a copy of FAR provision 52.212-3. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one 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/these address(es): WWW.ACQUISITION.GOV (End of Clause) FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2012) applies to this acquisition with the following addenda: Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, ERAD, Attn: Robin Resweber, 200 Granby Street, 8th Floor, Norfolk, VA 23510; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230} The following clauses are provided in full text: FAR Option for Increased Quantity -- Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within one (1) year of award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (APR 2012) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (6) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (12) 52.219-6, Notice of Total Small Business Set Aside, (NOV 2011) (16) 52.219-13, Notice of Set-Aside of Orders, (NOV 2011) (23) 52.219-28, Post Award Small Business Program Representation (APR 2009) (26) 52.222-3, Convict Labor, (JUN 2003) (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012) (28 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (29) 52.222-26, Equal Opportunity, (MAR 2007) (31) 52.222-36, Affirmative Action for Workers with Disabilities, (OCT 2010) (38) 52.223-18, Encourage Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (40) (i) 52.225-3, Buy American Act -- Free Trade Agreements--Israeli Trade Act Certificate (MAR 2012) (42) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) (47) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, (OCT 2003) No other additional contractual terms and conditions are applicable. In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR, contact the CCR website at www.ccr.gov/index.cfm. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 12:00 P.M. EST on April 12, 2012; any award resulting from this RFQ will be made based on meeting the required delivery date and price. Quotes must be submitted electronically either by fax to 757-664-3642 or via e-mail to lucy.brockinton@noaa.gov or linda.mullen@noaa.gov. The anticipated award date is on or about April 17, 2012. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to lucy.brockinton@noaa.gov. Telephonic requests will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-12-RQ-0305/listing.html)
- Place of Performance
- Address: NOAA MARINE OPERATIONS CENTER, 439 W YORK ST, NORFOLK, Virginia, 23510, United States
- Zip Code: 23510
- Zip Code: 23510
- Record
- SN02714348-W 20120406/120404235941-28cb66069be4f342ae35a68ac101de87 (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 |