Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2017 FBO #5641
SOLICITATION NOTICE

J -- Repair, Reconditioning and the Operational Function Check of the ASOS VGMD G3/G4 Power PC Based VME Bus Single Board Computer (ACU Processor Board), ASN: S100-1A2A1-2 - Statement of Work (SOW)

Notice Date
5/2/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Kansas City, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NWWG3401-17-122
 
Archive Date
5/24/2017
 
Point of Contact
Adrian M. Hall, Phone: 8169263357
 
E-Mail Address
adrian.hall@noaa.gov
(adrian.hall@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work (SOW) This is a combined synopsis/solicitation. The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), National Reconditioning Center (NRC) intends to send out for Repair, Reconditioning and the Operational Function Check of the ASOS VGMD G3/G4 Power PC Based VME Bus Single Board Computer (ACU Processor Board), ASN: S100-1A2A1-2. This is a 100% Set-Aside for a Small Business. The intended acquisition is for the above services to furnish labor and material to place in like new operating condition and good appearance to meet the original manufacturer's specifications and/or tolerances of the equipment listed above. After work is completed, if the equipment does not meet these conditions, it will be returned to the vendor for rework at no additional cost to the government. Only firms that can provide the exact services described herein will be considered. This acquisition is being processed under the procedures of Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. This constitutes the only Request for Quotation (RFQ) written offers are being requested; and a written solicitation will not be issued. This notice is hereby issued as RFQ No. NWWG3401-17-122. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. The line items shall be provided in accordance with the specifications listed below. The price shall be all inclusive of costs including return shipping costs. The FAR clauses incorporated into this acquisition shall be the following: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017), 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016), 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017), (Clauses Only if Applicable: 52.204-10, 52.209-6, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-51), 52.232-40 Providing Accelerated Payment to Small Business Subcontractors (Dec 2013), 52.245-1 Government Property (Jan 2017), 52.247-65 F.O.B. Origin, Prepaid Freight - Small Package Shipments (Jan 1991), 52.252-2 Clauses Incorporated By Reference (Feb 1998), 52.252-6 Authorized Deviations in Clauses (Apr 1984). The CAR clauses incorporated into this acquisition shall be the following: 1352.201-70 Contracting Officer's Authority (Apr 2010), 1352.209-73 Compliance with the Laws (Apr 2010), 1352.209-74 Organizational Conflict of Interest (Apr 2010), 1352.233-70 Agency Protests (Apr 2010), 1352.233-71 GAO and Court of Federal Claims Protests (Apr 2010), 1352.245-70 Government Furnished Property (Apr 2010) and 1352.246-70 Place of Acceptance (Apr 2010). The FAR provisions are incorporated into this acquisition by reference as follows: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017), 52.204-7 System for Award Management (Oct 2016), 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016), 52.204-17 Ownership or Control of Offeror (Jul 2016), 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Feb 2016), 52.212-1 Instructions to Offerors-Commercial Items (Jan 2017), 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2017), 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014) and 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for certain Services-Certification (May 2014). FAR clauses and provisions are available on the Internet Website http://www.acquisition.gov/far/. All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM). For information and to register, please access the following website: https://www.sam.gov/. In order to register on the SAM website, offerors must have a Dun & Bradstreet number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at http://fedgov.dnb.com/webform or by phone at (800) 333-0505. The Government intends to make an award to the responsive responsible quoter(s) providing the best value to the Government, price and non-price factors considered including past performance when evaluating quotes. "Best value" means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. The Government reserves the right to make a comparative evaluation of quotes in determining best value in accordance with FAR 13.106-2(b)(4)(ii). The NAICS code for this requirement is 334111. All responses must be in writing and may be mailed to the National Reconditioning Center, ATTN: Adrian M. Hall, 14200 Merritt Rd., Grandview, MO 64030 or sent to the email address adrian.hall@noaa.gov. Quotes submitted in response to this notice shall also include the following in order to be considered responsive to this request: 1. DUNS number, company name, address, point of contact, email address, telephone number 2. Brief statement regarding its capability to perform the services on the specified equipment. 3. Include the name, telephone number and point of contact for past performance of businesses or other Government agency to which it has previously performed the services on the item. 4. Delivery Schedule. Provide a proposed delivery date for the completed services and return of the equipment. 5. Completed price schedule for each line item identified in this notice including the return shipping cost. This is a firm-fixed price request. 6. Completed, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2017) within the System for Award Management (SAM) database. 7. Completed, FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Feb 2016) within the System for Award Management (SAM) database. Multiple searches of the Small Business Administration (SBA) Dynamic Small Search failed to identify any additional small business available to compete for this required service. Search parameters included a combination of NAICS codes ‘334111' and key words ‘repair, VGMD G3/G4, processor board'; and just key words: ‘repair, VGMD G3/G4, processor board' and ‘repair, VGMD G3/G4. A search of "Repair VGMD G3/G4 processor board" and "Repair VGMD G3/G4" in GSA's eLibrary also returned no matches.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NWWG3401-17-122/listing.html)
 
Place of Performance
Address: Vendor's location, United States
 
Record
SN04493326-W 20170504/170502235607-bf2214465f87819ec0b5f4fa9c02ea17 (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.