Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

23 -- ATV, Utility and Car Trailer - Brand Name Justification - Attachment B

Notice Date
5/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region-National Data Buoy Center, National Data Buoy Center, Building 1007 - Procurement Team, Stennis Space Center, Mississippi, 39529-6000, United States
 
ZIP Code
39529-6000
 
Solicitation Number
NWWN4100-15-01846
 
Point of Contact
Kurt Charles Weilbaecher, Phone: 228-688-2825, Andrew Hildebrandt, Phone: (757) 441-6865
 
E-Mail Address
kurt.weilbaecher@noaa.gov, andrew.hildebrandt@noaa.gov
(kurt.weilbaecher@noaa.gov, andrew.hildebrandt@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attch B - Tax Liability Brand Name Justification This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluations and Solicitation for commercial items-as supplemented with additional information included in this notice. This Request for Quotation (RFQ) announcement constitutes the only solicitation that will be issued. This solicitation is conducted in accordance with FAR Subpart 13.5 - Test Program for Certain Commercial Items. The Government contemplates a Firm-Fixed Price Purchase Order resulting from this solicitation. The Request for Quotation (RFQ) number is NWWN4100-15-01846. This synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-81. The National Oceanic Atmospheric Administration (NOAA), National Weather Service (NWS), Eastern Region (ER), in Bohemia, New York, requires a quantity of 3 each Brand Name - Triton UT16-7 trailer or equivalent for hauling ATVs - RANGER 900 XP. Three (3) Trailers including optional #07091 Aluminum Ramp Kit, #08519 Spare Tire Carrier, #06672 14" Spare Tire and #04315 Winch Mount Kit. This is a 100 percent Total Small Business Set-Aside. The associated North American Industry Classification System (NAICS) code is 423110, Automobile and Other Motor Vehicle Merchant Wholesalers, which has a corresponding size standard of 100 employees. The Product Service Code is 2310. This solicitation is a total small business set-aside. Quotes received from large businesses will not be accepted. All quotes shall be FOB Destination to: National Weather Service (NWS) ATTN: Scott Kelly 630 Johnson Ave Bohemia NY 11716 The following FAR clause is provided in full text: FAR clause 52.212-2, EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Specifications/or equal- capability to successfully perform the contract will be evaluated (2) Price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The following FAR Provisions and Clauses are applicable to this requirement: 52.204-7, System for Award Management (JUL 2013) 52.204-13, System for Award Management Maintenance (JUL 2013) 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations - Representation (DEC 2014) 52.212-1, Instructions to Offerors (JUN 2008) 52.212-3, Offeror Representations and Certifications-Commercial Items (DEC 2014) 52.212-4, Contract Terms and Conditions-Commercial Items (DEC 2014) 52.217-5, Evaluation of Options (JUL 1990) 52.217-8, Option to Extend Services (NOV 1999) 52.217-9, Option to Extend the Term of the Contract (MAR 2000) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (DEC 2012) 52.239-1, Privacy or Security Safeguards (AUG 1996) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (DEC 2014) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.211-6, Brand Name or Equal (AUG 1999) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) 52.219-6, Notice of Total Small Business Set Aside, (NOV 2011) 52.219-28, Post Award Small Business Program Representation (JUL 2013) 52.222-3, Convict Labor, (JUN 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2014) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) 52.222-26, Equal Opportunity, (MAR 2007) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American Act -- Supplies, (MAY 2014) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management, (JUL 2013) 52.232-39, Unenforceability of Unauthorized obligations (JUN 2013) 52.232.40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) Additional Clauses, Contract Terms and Conditions applicable to this procurement are: 52.203-98, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d) (1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to comply with the provisions of this clause. (End of clause) 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: Kurt Weilbaecher, 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} Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. Each offeror must also complete and return Attachment B with quote. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 5:00 P.M. EST on May 11, 2015; any award resulting from this RFQ will be made based on meeting technical specifications, delivery date, and price. Quotes must be submitted electronically via e-mail to Kurt.Weilbaecher@noaa.gov. Questions pertaining to this RFQ must be submitted in writing to Kurt.Weilbaecher@noaa.gov by 12:00 P.M. on May 8, 2015. The anticipated award date is on or about May 13, 2015. 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 Kurt.Weilbaecher@noaa.gov. Telephonic requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NDBC/NWWN4100-15-01846/listing.html)
 
Place of Performance
Address: National Weather Service (NWS), ATTN: Scott Kelly, 630 Johnson Ave, Bohemia NY 11716, New York, 11716, United States
Zip Code: 11716
 
Record
SN03723495-W 20150509/150507234847-917c3b25303f36e2c95eb20894ae467f (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  © 1994-2020, Loren Data Corp.