Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2013 FBO #4275
SOLICITATION NOTICE

J -- UPGRADE REMOTE OPERATED VEHICLE (ROV) - Package #1 - Package #2 - Package #3

Notice Date
8/6/2013
 
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), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NCND6024-13-01409
 
Archive Date
8/16/2013
 
Point of Contact
JOY A. RICHARDSON, Phone: 303-497-4973
 
E-Mail Address
JOY.A.RICHARDSON@NOAA.GOV
(JOY.A.RICHARDSON@NOAA.GOV)
 
Small Business Set-Aside
N/A
 
Description
52.212-3 REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JUL 2013) STATEMENT OF WORK - ROV UPGRADE STANDARD FORM - 18 (SF-18) COMBINED SYNOPSIS/SOLICITATION Remotely Operated Vehicle (ROV) Upgrade for the Cordell Bank National Marine Sanctuary - Olema, CA 94950 (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 referencing RFQ Number: NCND6024-13-01409JR. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68. (IV) This procurement is being issued as unrestricted and open to all sources. The associated NAICS Code is 811219. The business size standard is $19.0 Million. (V) This combined solicitation/synopsis is for commercial service to provide a DOE Phantom HD2+2 Remotely Operated Vehicle (ROV) upgrade in accordance with the attached Statement of Work. (VI) Description of requirements as follows: Provide a DOE Phantom HD2+2 Remotely Operated Vehicle (ROV) upgrade in accordance with the attached Statement of Work. (VII) Date and place of acceptance shall be FOB destination by the US Department of Commerce/NOAA, Cordell Bank National Marine Sanctuary, 1 Bear Valley Road, Point Reyes, CA 94956. Period of Performance: September 1, 2013 through December 31, 2013. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jul 2013), applies to this acquisition. Inquiries, (Apr 2010) Offerors must submit all questions concerning this solicitation in writing to Joy Richardson - joy.a.richardson@noaa.gov. Questions should be received no later than 12:00PM MST on August 8, 2013. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Quotes shall be fully executed and returned on the Standard Form (SF) 18 and any acknowledgements of solicitation amendments on the SF 30. 2. Submit questions to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable and can be sent to Joy A. Richardson, email address: joy.a.richardson@noaa.gov. or Joy A. Richardson, Western Acquisition Division, 325 Broadway, MC3, Boulder, CO 80305. 3. At a minimum the contractor shall provide the following information: a. Point of Contact Name and Title b. Email address c. Phone number d. DUNS Number (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on best value and the factors set forth in paragraph (a), and an award will be made to the firm offering on the lowest priced technically acceptable to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on (1) - Performance to meet the required need and proof will be required for validation of this capability with performance factors equal to price. Offeror must demonstrate five (5) years of past performance conducting work outlined in Section B (Deliverables) in the Statement of Work. Offeror must submit two references of similar projects providing the company name, point-of-contract name, phone number and email address. (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 (Jul 2013), with its quote. SEE ATTACHMENT 52.212-3 - Offeror Representations and Certifications-Commercial Items (Jul 2013). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual Representations and Certifications electronically via https:www.SAM.gov. Please note that the System for Award Management (SAM) is now the official U.S. Government system that consolidated the capabilities of CCR/RedReg, ORCA sand EPLS. The offeror shall complete the annual Representations and Certifications electronically in System for Award Management at: http://www.sam.gov/portal/public/SAM/. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jul 2013) 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 (Jul 2013) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (Jul 2013) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)) ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)) (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (4) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) Pub. L. 109-282 (31U.S.C. 6101 note). (6) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jul 2013) (31 U.S.C. 6101 note) (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2010) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). (38) 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011) (E.O. 13513) (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (NOV 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C 4001 note, Pub. L 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42). Alternate I (Mar 2012) (42) 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). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013) (XIII) The following clauses are also applicable to this acquisition: 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certifications, (Feb 2009) (Reference) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (XIV) The following clauses are also applicable to this acquisition: 52.214-34, Submission of Offers in the English Language (Apr 1991). 52.242-15, Stop-Work Order (Aug 1989). FAR CLAUSES FULL TEXT 52.217-8, Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within THIRTY (30) days prior to expiration. (End of clause) 52.236-7, Permits and Responsibilities (NOV 1991) The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. (End of clause) 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.acquisitions.gov/far End of clause) 52.252-5, Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Commercial Acquisition Regulation clause (48 CFR 1352) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6, Authorized Deviations in Clauses. (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any C Commercial Acquisition Regulation clause (48 CFR 1352) with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 52.232-99, PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION)(AUG 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (End of Clause) Department of Commerce Clauses: 1352.201-70, CONTRACTING OFFICER'S AUTHORITY (APR 2010) (Reference) 1352.209-73, COMPLIANCE WITH THE LAWS (APR 2010) (Reference) 1352.209-74, ORGANIZATIONAL CONFLICT OF INTEREST (APR 2010) (Reference) 1352.233-70, AGENCY PROTESTS (2010) (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 FR 16,651 (April 6, 1999). (b) Agency protests filed with the Contracting Officer shall be sent to the following address: Contracting Officer Western Acquisition Division-Boulder 325 Broadway, MC3 Boulder, CO 80305 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: Barry Berkowitz Senior Procurement Executive and Director Office of Acquisition Management U.S. Department of Commerce, Room 6422 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230 (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, NW., Washington, DC 20230. FAX: (202) 482-5858. (End of clause) (XV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XVI) Quotes are required to be received in the contracting office no later than 12:00 PM MDT on August 12, 2013. All quotes can be submitted electronically and emailed to the attention of Joy Richardson. The email address is: Joy.A.Richardson@noaa.gov., or sent via USPS to: NOAA Western Acquisition Division MC3, Attention-Joy Richardson, 325 Broadway, Boulder, CO 80305. No faxed quotes will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NCND6024-13-01409/listing.html)
 
Place of Performance
Address: U.S. DEPARTMENT OF COMMERCE/NOAA, CORDELL BANK NAT'L MARINE SANCTUARY, 1 BEAR BALLEY ROAD, POINTE REYES, California, 94956, United States
Zip Code: 94956
 
Record
SN03139073-W 20130808/130807000026-0ebbb4c79498a407e04883c5c4bc631e (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.