Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 09, 2013 FBO #4215
SOLICITATION NOTICE

J -- Repair/Replacement of Precision Digital Barometer, Model 1 (PDB-1) - Statement of Work for Solicitation DG133W-13-RP-0103 - Specification G395-SP001

Notice Date
6/7/2013
 
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), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
DG133W-13-RP-0103
 
Archive Date
7/17/2013
 
Point of Contact
Shalisha Harris, Phone: 3016281378, Edward F. Tennant, Jr., Phone: 301-628-1387
 
E-Mail Address
SHALISHA.HARRIS@NOAA.GOV, ed.f.tennant@noaa.gov
(SHALISHA.HARRIS@NOAA.GOV, ed.f.tennant@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Specification G395-SP001 Statement of Work for Solicitation DG133W-13-RP-0103 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is DG133W-13-RP-0103, and the solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-66. This solicitation is a small business set-aside. The associated NAICS code is 811219, and the small business size standard is $19.0 million average annual receipts. Contract Line Item Number (CLIN) 0001: Repair/Replacement of Coastal Environmental Systems (CES) Precision Digital Barometer, Model 1 (PDB-1) for the period commencing with contract award and continuing through the period ending five years thereafter. This work is on a time-and-materials (T&M) basis with materials and freight chargeable at direct cost only (with no overhead or other cost loadings and no fee) and all time charged at $ ________ per hour, except that certain efforts are firm fixed price (FFP), as follows: Evaluation of Returned Units and Estimate Preparation: $ ____________ FFP Repair of Enclosure (and associated hardware): T&M Replacement of Enclosure (and associated hardware) using Contractor-owned part: $ ____________ FFP Replacement of Enclosure (and associated hardware) using Government-owned part: $ ____________ FFP Replacement of CPU EPROM Chip using Contractor-owned part: $ ____________ FFP Replacement of CPU EPROM Chip using Government-owned part: $ ____________ FFP Repair of Display Driver Board: T&M Replacement of Display Driver Board with Original Model using Contractor-owned part: $ ____________ FFP Replacement of Display Driver Board with Original Model using Government-owned part: $ ____________ FFP Repair of Display: T&M Replacement of Display with Original Model using Contractor-owned part: $ ____________ FFP Replacement of Display with Original Model using Government-owned part: $ ____________ FFP Repair of Keypad: T&M Replacement of Keypad with Original Model using Contractor-owned part: $ ____________ FFP Replacement of Keypad with Original Model using Government-owned part: $ ____________ FFP Repair of Power Control Board Assemblies: T&M Replacement of Power Control Board Assemblies with Original Model using Contractor-owned part: $ ____________ FFP Replacement of Power Control Board Assemblies with Original Model using Government-owned part: $ ____________ FFP Repair of Power Supply: T&M Replacement of Power Supply with Original Model using Contractor-owned part: $ ____________ FFP Replacement of Power Supply with Original Model using Government-owned part: $ ____________ FFP Repair of Front Panel: T&M Replacement of Front Panel with Original Model using Contractor-owned part: $ ____________ FFP Replacement of Front Panel with Original Model using Government-owned part: $ ____________ FFP Replacement of Display, Display Driver and Front Panel with Upgraded Model using Contractor-owned part: $ ____________ FFP Replacement of Display, Display Driver and Front Panel with Upgraded Model using Government-owned part: $ ____________ FFP Replacement of Fuses using Contractor-owned part: $ ____________ FFP Replacement of Fuses using Government-owned part: $ ____________ FFP Repair of any other components: T&M Replacement of entire PDB-1: $ ____________________ FFP Shipping to the Government: T&M Repairs and replacements shall be accomplished in accordance with the attached Statement of Work. The Contractor shall make all deliveries F.O.B. Destination to the following address: National Weather Service 1325 East-West Highway, Room 16312 Silver Spring, MD 20910 Attn: Gregory L. Dalyai Government acceptance of CLIN 0001 shall take place at destination. FAR Provision 52.212-1 applies to this acquisition, and there are three addendums to this provision. Specifically, these addendums are as follows: Addendum 1: With respect to Paragraph (b)(4) of FAR 52.212-1, the offeror shall set forth its technical approach to performing the required work, specifically addressing (i) all aspects of the attached Statement of Work in a way that demonstrates that the offeror has a full understanding of the Statement of Work, (ii) the manner in which the offeror will obtain all required replacement parts and, to the extent that the offeror intends to build the replacement parts, the capabilities and knowledge the offeror possesses to be able to build the replacement parts so as to make sure they are compatible with the other components of the PDB-1 instrument, (iii) the capabilities and knowledge that the offeror possesses to be able to perform required repairs and replacements, (iv) the facilities and equipment that the offeror possesses to be able to perform the required work, (v) the staffing which the offeror possesses to be able to perform the required work, and (vi) the manner in which the offeror will manage and account for Government-owned property physically located at the offeror's facility (or the offeror's subcontractor's facility). Addendum 2: With respect to Paragraph (b)(6) of FAR 52.212-1, the offeror shall (i) propose its hourly rate applicable to all T&M work performed under the envisioned contract and (ii) propose its firm fixed unit price for each of the work efforts identified as FFP in CLIN 0001. As part of its offer, the offeror is not required to submit supporting documentation for its proposed T&M hourly rate and its proposed firm fixed unit prices; however, the offeror may be required to subsequently provide such supporting documentation in the event that the Contracting Officer determines that discussions are necessary, as provided for by Paragraph (g). Addendum 3: With respect to Paragraph (b)(10) of FAR 52.212-1, the offeror shall provide the contract numbers, points of contact with telephone numbers and other pertinent information for relevant contracts for the same or similar work it has performed within the past three years. Provision 52.212-2 does not apply to this acquisition. Any contract awarded as a result of this RFP will be to the lowest-priced technically acceptable proposal from a responsible small business concern. In order for a proposal to be technically acceptable, the Government must determine that the offeror's technical approach is acceptable and the offeror's past performance is acceptable. For all proposals that are technically acceptable, the Government will determine the price of each proposal as follows: Offeror's proposed T&M hourly rate x 230 hours + Offeror's proposed FFP unit price for Evaluation of Returned Units and Estimate Preparation x 45 each + Offeror's proposed FFP unit price for Replacement of Enclosure (and associated hardware) using Contractor-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of Enclosure (and associated hardware) using Government-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of CPU EPROM Chip using Contractor-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of CPU EPROM Chip using Government-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of Display Driver Board with Original Model using Contractor-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of Display Driver Board with Original Model using Government-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of Display with Original Model using Contractor-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of Display with Original Model using Government-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of Keypad with Original Model using Contractor-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of Keypad with Original Model using Government-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of Power Control Board Assemblies with Original Model using Contractor-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of Power Control Board Assemblies with Original Model using Government-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of Power Supply with Original Model using Contractor-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of Power Supply with Original Model using Government-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of Front Panel with Original Model using Contractor-owned part x 3 each + Offeror's proposed FFP unit price for Replacement of Front Panel with Original Model using Government-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of Display, Display Driver and Front Panel with Upgraded Model using Contractor-owned part x 38 each + Offeror's proposed FFP unit price for Replacement of Display, Display Driver and Front Panel with Upgraded Model using Government-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of Fuses with Original Model using Contractor-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of Fuses with Original Model using Government-owned part x 1 each + Offeror's proposed FFP unit price for Replacement of entire PDB-1 x 5 each = Price of Proposal The offeror shall include a completed copy of FAR Provision 52.212-3 in its proposal. FAR Clause 52.212-4 Alternate I applies to this acquisition, and there are no addenda to this clause. FAR Clause 52.212-5 applies to this acquisition, and the following additional FAR clauses cited in Paragraph (b) of FAR Clause 52.212-5 are applicable to this acquisition: FAR 52.203-6; FAR 52.204-10; 52.209-6: 52.209-10; 52.219-6; 52.219-8; 52.219-14; 52.219-28; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52,.222-40; FAR 52.223-18; FAR 52.225-1; FAR 52.225-13; and FAR 52.232-33. The following additional terms and conditions apply to this acquisition: Commerce Acquisition Regulation (CAR) Clauses 1352.201-70 entitled "Contracting Officer's Authority," 1352.201-72 entitled "Contracting Officer's Representative," 1352.209-73 entitled "Compliance with the Laws," 1352.209-74 entitled "Organizational Conflict of Interest," and 1352.216-77 entitled "Ceiling Price." The full text of these CAR clauses may be obtained at http://farsite.hill.af.mil/VFCARA.HTM or by contacting Shalisha Harris (e-mail address and phone number identified below). The blank contained in CAR Clause 1352.216-77 will be completed at the time of contract award. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Proposals shall be submitted to the attention of Shalisha Harris, by e-mail to Shalisha.Harris@noaa.gov. Proposals are due by 4:00 pm Eastern Daylight Time on June 17, 2013. The name and telephone number of the individual to contact for information regarding this solicitation are Shalisha Harris and (301) 628-1378.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/DG133W-13-RP-0103/listing.html)
 
Record
SN03083850-W 20130609/130608000209-a9981e8439fe6b9b4e237bc956c78cc1 (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.