Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2015 FBO #4912
SOLICITATION NOTICE

66 -- LORD MICROSTRAIN, TRIAXIAL SENSORS AND INTERFACE CABLES - SOLE SOURCE JUSTIFICATION - TAX LIABILITY DOCUMENT

Notice Date
5/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
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
15-04016
 
Archive Date
5/27/2015
 
Point of Contact
Natasha Thieman,
 
E-Mail Address
NATASHA.THIEMAN@noaa.gov
(NATASHA.THIEMAN@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
OFFERORS ARE REQUIRED TO COMPLETE AND SUBMIT WITH PROPOSAL SOLE SOURCE JUSTIFICATION This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS. The Department of Commerce, National Oceanic and Atmospheric Administration, Eastern Region Acquisition Division, Simplified Acquisition Branch intends to contract on a sole source basis with Lord MicroStrain, Inc. The authority for other than full and open competition is implemented by FAR 13.106-1(b)(1). The solicitation number is 15-04016. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b) or 13.501(a). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The requirement is intended to provide: Line item 001: Qty: Fifteen (15) each P/N: 6205-0020 3DM-GX1 Tri-axial sensor Line item 002: Qty: Fifteen (15) each P/N: 6206-0020 interface cable to 3DM-GX1 Delivery is 30 Days after receipt of order and shall be FOB Destination to National Data Buoy Center, Building 3202, Stennis Space Center, MS 39529 The following provisions and clauses shall apply to this solicitation: Federal Acquisition Regulation (FAR) clauses: 52.204-7-System for Award Management (JUL 2013) 52.204-13 - System for Award Management Maintenance (JUL 2013) 52.212-5, -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (6) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (4) 52.204-10, Reporting Executive compensation and First-Tier subcontract awards (JUL 2013) (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (22) 52.219-28, Post Award Small Business Program Re-representation (JUL 2013) (26) 52.222-3, Convict Labor, (JUN 2003) (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2014) (28) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (29) 52.222-26, Equal Opportunity, (MAR 2007) (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (33) 52.222-50, Combating Trafficking in Persons (MAR 2015) (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (39) 52.225-1, Buy American Act -- Supplies, (MAY 2014`) (42) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) (47) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management, (JUL 2013) 52.239-1, Privacy or Security Safeguards (AUG 1996) 52.232-39, Unenforceability of Unauthorized obligations (JUN 2013) 52.232.40, Providing Accelerated Payments to Small Business Subcontractors 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) 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: Natasha Thieman, 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 provisions and clauses may be downloaded at http://www.arnet.gov/far. The North American Industry Classification Code (NAICS) for this acquisition is 334513 with a business size standard of 500 employees. The Product Service Code (PSC) is 6640. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Evidence must be provided of ability to provide the required supplies. The capability statement and any other information furnished must be in writing, and must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the foregoing requirements. Responses to this notice, if any, must show clear and convincing evidence that competition would be advantageous to the government. Inquiries will only be accepted via email to Natasha.Thieman@noaa.gov. The government intends to award a firm-fixed price purchase order for this requirement. Award will be made using FAR 13 Simplified Acquisition procedures current through FAC 2005-81. Quoters are reminded to include a completed copy of 52.212-3 with quotes. Quoters shall complete the Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015), see Attachment. This announcement will close at 11:00 am, EDT on May 12, 2015. Questioning pertaining to this RFQ must be submitted in writing to Natasha.Thieman@noaa.gov, no later than 11:00am, EDT on May 11, 2015. Telephonic requests will not be honored. Quotes may be submitted via electronic means (email) to Natasha.Thieman@noaa.gov by the date and time listed above. All responsible sources may submit a quote which shall be considered by the agency. 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 quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Attachment: 0001, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015),
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/15-04016/listing.html)
 
Place of Performance
Address: NOAA NDBC, BUILDING 3203, STENNIS SPACE CENTER, Mississippi, 39529, United States
Zip Code: 39529
 
Record
SN03720335-W 20150507/150505235144-6492550c036a2187e0710a9f308ac682 (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.