Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2017 FBO #5591
SOLICITATION NOTICE

J -- Emergency Backup Generator Maintenance - SF18 REQUEST FOR QUOTE FORM

Notice Date
3/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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
RA-133F-17-RQ-0219DR
 
Archive Date
3/29/2017
 
Point of Contact
DianaRomero, Phone: 303-497-3761
 
E-Mail Address
diana.romero@noaa.gov
(diana.romero@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF18 REQUEST FOR QUOTE (RFQ) FORM COMBINED SYNOPSIS/SOLICITATION Emergency Backup Generator Maintenance (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 on RFQ Number RA-133F-17-RQ-0219DR. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (IV) This solicitation is a total small business set aside. The associated NAICS code is 811310. The small business size standard is $7.5M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: THE GOVERNMENT IS PLANNING A SITE VISIT ON WEDNESDAY MARCH 22, 2017 AT 9:00 AM. LOCATION: NOAA/NATIONAL MARINE FISHERIES SERVICE 8901 LA JOLLA SHORES DRIVE LA JOLLA, CA 92037 Line Item 0001 - Base Year: Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for the emergency generator monthly testing and inspection services at 8901 La Jolla Shores Drive, in accordance with the statement of work. Line Item 1001 - Option Year 1: Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for the emergency generator monthly testing and inspection services at 8901 La Jolla Shores Drive, in accordance with the statement of work. Line Item 2001 - Option Year 2: Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for the emergency generator monthly testing and inspection services at 8901 La Jolla Shores Drive, in accordance with the statement of work. Line Item 3001 - Option Year 3: Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for the emergency generator monthly testing and inspection services at 8901 La Jolla Shores Drive, in accordance with the statement of work. Line Item 4001 - Option Year 4: Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for the emergency generator monthly testing and inspection services at 8901 La Jolla Shores Drive, in accordance with the statement of work. (VI) Description of requirements is as follows: The Statement of Work is attached to the SF-18 Request for Quote form. Department of Labor Wage Rates: WD 2015-5635, Revision No. 3 dated 12/30/2016, which can be found on: www.wdol.gov, applies to the procurement. (VII) Date(s) and place(s) of delivery and acceptance: SWFSC La Jolla Laboratory located at 8901 La Jolla Shores Drive, La Jolla, CA 92037 Period of performance shall be: 12 month base period with four twelve month option periods. Base year: 04/15/2017 - 04/14/2018 Option year one: 04/15/2018 - 04/14/2019 Option year two: 04/15/2019 - 04/14/2020 Option year three: 04/15/2020 - 04/14/2021 Option year four: 04/15/2021 - 04/14/2022 (VIII) 52.212-1 Instructions to Offerors-Commercial Items (JAN 2017) 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 quotations to the office specified in this solicitation at or before the time specified in the solicitation. E-mail quotes are acceptable and can be sent to Diana.romero@noaa.gov. 3. At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number 4. Provide all evaluation criteria in accordance with 52.212-2 in this package. 5. Vendor shall have an active registration in System for Award Management (SAM) found at https://www.sam.gov/portal/SAM/#1 in order to be eligible for contract award. Vendor shall also complete Representations and Certifications electronically in SAM. THE GOVERNMENT IS PLANNING A SITE VISIT ON WEDNESDAY MARCH 22, 2017 AT 9:00 AM. LOCATION: NOAA/NATIONAL MARINE FISHERIES SERVICE 8901 LA JOLLA SHORES DRIVE LA JOLLA, CA 92037 OFFERORS OR QUOTERS ARE URGED AND EXPECTED TO INSPECT THE SITE WHERE SERVICES ARE TO BE PERFORMED AND TO SATISFY THEMSELVES REGARDING ALL GENERAL AND LOCAL CONDITIONS THAT MAY AFFECT THE COST OF CONTRACT PERFORMANCE, TO THE EXTENT THAT THE INFORMATION IS REASONABLY OBTAINABLE. IN NO EVENT SHALL FAILURE TO INSPECT THE SITE CONSTITUTE GROUNDS FOR A CLAIM AFTER CONTRACT AWARD. (IX) FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition. (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 Capability - Provide a copy of manufacturer certification of at least one Servicing Technician with quote that will be working at this location. At least one head technician with experience performing services on the Kohler model 600REOZV shall be provided for all diagnosis, analysis and major repair. The contractor must demonstrate professional expertise in conducting similar types of services and repairs. The contractor must demonstrate their experience, skill and qualifications that demonstrate their technical proficiency. Personnel must be properly licensed and certified to work on the emergency generator systems and as required by federal, state, or local law, codes, or ordinances. 2) Past Performance - quote shall include at least two references for similar services including the phone number, full address and E-mail address (if available). Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the offeror, the agency's knowledge of contractor performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services; and 3) Price. Government intends to award a best value, firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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) (X) 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2017), applies to this acquisition and is in full text in the RFQ. The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/SAM/#1. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), 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 (JAN 2017) applies to this acquisition and is in full text in the RFQ. (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/ (End of provision) 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): https://www.acquisition.gov/far/ (End of clause) 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a firm fixed-price contract resulting from this solicitation. (End of provision) 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 30 days of the contract period. (End of clause) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (End of clause) 52.217-5 Evaluation of Options (July 1999) 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.232-18 Availability of Funds for the Next Year (Apr 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) Department of Commerce (DOC) CAR Clauses FOR FULL TEXT OF COMMERCE ACQUISITION CLAUSE OR PROVISIONS YOU MAY TO GO THE FOLLOWING WEBSITE: http://www.ecfr.gov/cgi-bin/retrieveECFR?gp=1&SID=0ff3b424806038599b185d9296e7950e&ty=HTML&h=L&mc=true&n=pt48.5.1352&r=PART 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) 1352.237-71 Security processing requirements - low risk contracts (Apr 2010) 1352.233-70 Agency Protests (Apr 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 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: Clifford Edwards Contracting Officer Western Acquisitions Division 325 Broadway, SOU6 Boulder, CO 80305-3328 FAX: 303-497-3163 (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 DC 20230 FAX: 202-482-1711 (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, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of provision) 1352.233-71 GAO and Court of Federal Claims protests (Apr 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) 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, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of provision) 1330-52.237-70 Contractor Communications (a) A contractor employee shall be identified both by the individual's name and the contractor's name when: 1. Included in NOAA's locator, and 2. When submitting any type of electronic correspondence to any NOAA employee or stakeholder. (b) Any written correspondence from a contractor or any contractor employee shall be printed on company/organization letterhead or otherwise clearly identify the sender as an employee of the company or organization and shall identify the contract number. (c) Contractors and/or contractor employees shall clearly identify themselves as such in any verbal communications, whether in informal discussion or a formal meeting. (End of clause) 1352.246-70 Place of acceptance (Apr 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NOAA, NMFS 8901 La Jolla Shores Drive La Jolla, CA 92037 (End of clause) 1352.270-70 Period of performance (Apr 2010) (a) The base period of performance of this contract is from September 9, 2015 through September 8, 2016. If an option is exercised, the period of performance shall be extended through the end of that option period. (b) The option periods that may be exercised are as follows: Option Year 1 - April 15, 2017 through April 14, 2018. Option Year 2 - April 15, 2018 through April 14, 2019 Option Year 3 - April 15, 2019 through April 14, 2020 Option Year 4 - April 15, 2020 through April 14, 2021 (c) The notice requirements for unilateral exercise of option periods are set out in FAR 52.217-9. (End of clause) NOAA ACQUISITION AND GRANTS OFFICE OMBUDSMAN (Oct 2016) a. The NOAA Acquisition and Grants Office (AGO) Ombudsman is available to organizations to promote responsible and meaningful exchanges of information. Generally, the purpose of these exchanges will be to: 1. Allow contractors to better prepare for and propose on business opportunities. 2. Advise as to technologies and solutions within the marketplace that the Government may not be aware of, or is not fully benefiting from. 3. Identify constraints in transparency and process. b. The AGO Ombudsman will objectively, reasonably, and responsibly collaborate with parties and recommend fair, impartial, and constructive solutions to the matters presented to him/her. Further, the AGO Ombudsman will maintain the reasonable and responsible confidentiality of the source of a concern, when such a request has been formally made by an authorized officer of an organization seeking to do business with, or already doing business with NOAA. c. Before consulting with the AGO Ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations with the respective contracting officer for resolution. However, direct access to the AGO Ombudsman may be sought when an interested party questions the objectivity or equity of a contracting officer's decision, or when there is a bona fide reason to believe that reasonable, responsible, and objective consideration will not be received from an assigned contracting officer. d. There are several constraints to the scope of the AGO Ombudsman's authority, for instance: 1. Consulting with the AGO Ombudsman does not alter or postpone the timelines of any formal process (e.g., protests, claims, debriefings, employee employer actions, activities involving A-76 competition performance decisions, judicial or congressional hearings, or proposal, amendment, modification or deliverable due dates, etc.). 2. The AGO Ombudsman cannot participate in the evaluation of proposals, source selection processes, or the adjudication of protests or formal contract disputes. 3. The AGO Ombudsman is not authorized to generate or alter laws, judicial decisions, rules, policies, or formal guidance. 4. The AGO Ombudsman is not authorized to develop or alter opportunity announcements, solicitations, contracts, or their terms or conditions. 5. The AGO Ombudsman cannot overrule the authorized decisions or determinations of the contracting officer. 6. The AGO Ombudsman has no authority to render a decision that binds AGO, NOAA, the Department of Commerce, or the U.S. Government. 7. The AGO Ombudsman is not NOAA's agent relative to the service of magistrate or judicial process and cannot be used to extend service of process to another party (whether federal, public, or a private entity). e. After review and analysis of a filed concern or recommendation, the AGO Ombudsman may refer the interested party to another more suitable federal official for consideration. Moreover, concerns, disagreements, and/or recommendations that cannot be resolved by the AGO Ombudsman will need to be pursued through more formal venues. f. The AGO Ombudsman is not to be contacted to request copies of forms and/or documents under the purview of a contracting officer. Such documents include Requests for Information, solicitations, amendments, contracts, modifications, or conference materials. g. Questions regarding this solicitation and contract language shall be directed to Rafael Roman, NOAA AGO Ombudsman, at Rafael.Roman@noaa.gov. (End of solicitation and contract language) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. MDT on March 24, 2017. All quotes must be faxed or emailed to the attention of Diana Romero. The E-mail address is Diana.Romero@noaa.gov and the fax number is (303) 497-3163. (XVI) Any questions regarding this solicitation should be directed to Diana Romero, (303) 497-3761, E-email address is diana.romero@noaa.gov. THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA-133F-17-RQ-0219DR/listing.html)
 
Place of Performance
Address: 8901 LA JOLLA SHORES DRIVE, LA JOLLA, California, 92037, United States
Zip Code: 92037
 
Record
SN04432517-W 20170315/170313234234-e85a37f087dd433b833ad452b6f15c4d (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.