Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2019 SAM #6579
SOLICITATION NOTICE

J -- Repair and Refurbish: NEXRAD Contact (Slip Ring) Electrical Ring Assembly ASN: R400-2A1A2, NSN: 5977-01-388-6312

Notice Date
12/2/2019 8:45:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
DEPT OF COMMERCE NOAA NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
NWWG3401-20-013
 
Response Due
12/4/2019 3:00:00 PM
 
Archive Date
12/19/2019
 
Point of Contact
Adrian M. Hall, Phone: 8169263357, Marjorie A. Sabbagh, Phone: 8169263217, Fax: 8169263105
 
E-Mail Address
adrian.hall@noaa.gov, Margie.Sabbagh@noaa.gov
(adrian.hall@noaa.gov, Margie.Sabbagh@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The Government intends to use the procedures in FAR Part 13, Simplified Acquisitions Procedures and FAR Part 12, Commercial Items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice is hereby issued as RFQ No. NWWG3401-20-013. This is a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-01. This is set-aside 100% for a Small Business. The requirement’s North American Industrial Classification System (NAICS) code is 811219 Other Electronic and Precision Equipment Repair and Maintenance; the corresponding size standard is $22.0 Million. The resultant Purchase Order (PO) will be a firm-fixed price PO. Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition. No partial quotes will be considered. No partial awards will be made.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 the repair and reconditioning services IAW the Statement of Work (SOW) attached 5 each Ring, Elec, Cont (SR) PN: 1213618-201, Cage: 56232, PN: E2263-00-1, Cage: 17399, ASN: R400-2A1A2. Prospective vendors must be able to demonstrate their ability to repair the type of equipment listed. 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 in drawing no. 1213618 Revision F and NWS EHB 6-518 insert 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 responsive to this notice. The FAR provisions incorporated into this acquisition shall be the following: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 2018)52.204-13 System for Award Management Maintenance. (Oct 2018)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 (Oct 2018)52.212-3 Offeror Representations and Certifications—Commercial Items (Oct 2018)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)52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)52.252-5 Authorized Deviations in Provisions (Apr 1984)The FAR clauses incorporated into this acquisition shall be the following if applicable:52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018)52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2019) (To Include these Clauses 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, 52.222-51, 52.223-18, 52.225-1, 52.225-13, 52.232-33)52.232-40 Providing Accelerated Payment to Small Business Subcontractors (Dec 2013)52.245-1 Government Property (Jan 2017)52.246-4 Inspection of Services-Fixed-Price (Aug 1996)52-246-15 Certificate of Conformance (Apr 1984)52.247-34 F.O.B. Destination (Nov 1991)52.247-65 F.O.B Origin, Prepaid Freight - Small Package Shipments (Jan 1991)52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984)52.252-2 Clauses Incorporated By Reference (Feb 1998)52.252-6 Authorized Deviations in Clauses (Apr 1984).The CAR provisions are incorporated into this acquisition by reference as follows:1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (Apr 2010)1352.233-70 Agency Protests (Apr 2010)1352.233-71 GAO and Court of Federal Claims Protests (Apr 2010)The CAR clauses incorporated into this acquisition shall be the following:1352.201-70 Contracting Officer’s Authority1352.209-73 Compliance with the Laws (Apr 2010)1352.209-74 Organizational Conflict of Interest (Apr 2010)1352.245-70 Government Furnished Property (Apr 2010)1352.246-70 Place of Acceptance (Apr 2010). The NOAA Acquisition Manual Part 1330- 52 Solicitation and Contract Language incorporated into this acquisition shall be the following:1330-52.222-70 NOAA Sexual Assault and Sexual Harassment Prevention and Response Policy (May 2018)1330-52.237-70 Contractor Communications1330-52.243-70 Request for Equitable Adjustment (Oct 2017)1330-52.270-304 NOAA Acquisition and Grants Office Ombudsman (Oct 2016). FAR clauses and provisions are available on the Internet Website https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses. All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM). For additional information and to register in SAM free of charge, please access the following website: https://www.sam.gov/. In order to register with SAM and to be eligible to receive an award from this office, all contractors must first have a unique entity identifier known as a DUNS number. Dun & Bradstreet (D&B) provides this DUNS Number. A Dun & Bradstreet number may be acquired free of charge at the following website: http://fedgov.dnb.com/webform.Evaluation FactorsCAR 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APR 2010)The Government intends to issue a Purchase Order (PO) resulting from this Request For Quotation (RFQ) to the responsive and responsible quoter whose quote results in the best value to the Government, considering both price and non-price factors utilizing a comparative evaluation pursuant to FAR 13.106-2(b)(3). “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. All evaluation factors other than cost or price, when combined, are slightly more important than cost or price. Each response must at least at a minimum meet the solicitation requirements. The Government reserves the right not to award a PO for this requirement.The following factors will be used to evaluate quotations:Technical Capability: Evaluation will be based on the offeror’s capability to meet the requirements identified above IAW the SOW and have successfully performed and timely delivered this type of requirement for the National Weather Service and be a qualified repair vendor for this specific equipment.Quoters must first meet the technical capability requirement before they will be evaluated based on the remaining evaluation factors listed below.Past Performance: The offeror’s past performance within the past 3 years on related POs will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of all goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. Quoters must provide a list of NO MORE than three (3) references to whom the same or similar equipment has been repair and reconditioned. The quoter must include the reference’s company name, company address, contact person’s name, valid phone number and email address and detailed contract information including date of completion or current status of work. Evaluation of past performance shall be based on the references provided, the Quoters recent and relevant procurement history with NOAA or its affiliates and/or any other available source of information available to the Government. A Past Performance Questionnaire (PPQ) may be sent by the Government, at its sole discretion, to the past performance references if deemed necessary. Data from the Past Performance Information Retrieval System (PPIRS) and/or any other available source of information, may be used at the Government’s discretion to supplement the references provided. Past performance of a similar scope, magnitude and complexity that demonstrates a minimum finding of satisfactory or higher by all considered sources will be found technically acceptable; however, past performance reports indicating greater than satisfactory may be deemed a better value to the Government. In the case of an offer without a record of relevant past performance or for whom information on past performance is not available, the offeror will receive a neutral past performance rating.Technical Approach: The quoter will be evaluated on how they intend to organize, staff and manage the contract and the means that will be used to accomplish the contract requirements, through the evaluation of the following sub factors (a through e) Specifically state the warranty on all repairs and reconditioning of the repaired equipment. The warranty shall be based on the date of acceptance by NRCs QC unit. The longer the duration of the warranty, NWS shall look upon them more favorably. Explanation of technical capabilities and qualifications to meet the requirements of the resulting PO. The greater the technical capabilities and qualifications, NWS shall look upon them more favorably. Provide evidence of ability to complete the repair and reconditioning IAW the OEM specifications and requirements listed on the SOW. The greater the evidence, NWS shall look upon them more favorably. Provide a detailed production preparation schedule. The more detailed the schedule; NWS shall look upon it more favorably. Provide a detailed production plan for the repair and reconditioning of the equipment including delivery timeframe (X weeks after the contractor’s receipt of a signed PO). The more detailed the plan; NWS shall look upon it more favorably. The sooner the equipment can be returned and be accepted by NRCs QC unit as meeting the requirements the better.Delivery Terms: The offeror’s quoted delivery terms will be evaluated. Faster/earlier delivery terms will be evaluated more favorably but you also will be required to meet these delivery terms.Price: The offeror’s quoted price shall be all-inclusive firm fixed pricing, including return shipping costs, if applicable, IAW the SOW for the listed equipment for this RFQ. Place of Acceptance is: National Reconditioning Center, 14200 Merritt Rd, Grandview, MO 64030. The Government will evaluate offers for award purposes by adding the total price for all lines which will include return shipping and any discount terms.Addendum to FAR provision 52.212-1 Instructions to Offerors - Commercial ItemsThe offeror MUST submit all of the following information with their quote package in order to be considered responsive to this RFQ. Quote shall be in writing and valid for 30 calendar days from the closing of this posting. Include expiration date on quote. Also include in your quote: pricing which shall be inclusive of all costs including return shipping costs and product description for the line item listed above IAW the specifications listed. Quote may be sent via your company’s standard quotation form or provide the information via email and shall include the following information: Company name and address, DUNS #, Point of Contact with email address and telephone number. Delivery terms for the return to our facility of the repaired and reconditioned equipment. Statement to meet the Technical Capability requirement to perform the exact services on the specified equipment as required within the Evaluation of Utilizing Simplified Acquisition Procedures listed in this solicitation. No more than three (3) Past Performance References, including valid contact information (i.e., the reference’s company name, contact person, phone number, email, periods of performance, role on the PO (prime or subcontractor) and other relevant contract information). If an offeror does not possess any relevant past performance it must affirmatively state. Information to meet Technical Approach requirement as required within the Evaluation of Utilizing Simplified Acquisition Procedures listed in this solicitation for sub factors a through e. Confirm completion and accuracy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018) within the System for Award Management (SAM) database or provide the completed document. Confirm completion and accuracy of 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 or provide the completed document. Complete, sign, date and attach if in agreement with the attached FAR provision 52.222-48 for this requirement. Provide your DUNS number and your associated CAGE code, as well as your company name, address, point of contact, email address and telephone number. Your response to CAR clause 1352.209-74, Organizational Conflict of Interest - Warrant and Disclosure, attached.In order to be considered for award you must submit a quote IAW the requirements listed above. If you do not submit all of the requested items you may be considered non-compliant.***PLEASE SUBMIT ONLY THE INFORMATION REQUESTED ABOVE. THERE IS NO NEED TO SUBMIT ALL PAGES OF THIS SOLICITATION ***Question SubmissionInterested offeror’s shall submit any questions concerning the solicitation at the earliest time possible to enable the Federal Government Contract Specialist, Adrian Hall or the Contracting Officer, Margie Sabbagh to respond before the closing of the notice. Questions shall be submitted to the attention of Adrian.Hall@noaa.gov and Margie.Sabbagh@noaa.gov. No questions will be answered over the telephone.Quote SubmittalQuotes shall be submitted by email to the email address nws.nrc.contract@noaa.gov ATTN: Adrian and Margie, no later than Wednesday, December 4, 2019 at 5PM CDT. Quotes shall be clearly marked with the Solicitation Number: NWWG3401-20-013. Offeror’s are hereby notified that if their quotes are not received by the date, time and location specified in this announcement, it will not be considered by the agency. Telephone quotes will not be considered. AMENDED: ADDED FOLLOWING PARAGRAPHAll contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. For additional information and to register in SAM free of charge, please access the following website: https://www.sam.gov/SAM. In order to register with SAM and to be eligible to receive an award from this office, all contractors must first have a unique entity identifier known as a DUNS number. Dun & Bradstreet (D&B) provides this DUNS Number. A DUNS number may be acquired free of charge at the following website: http://fedgov.dnb.com/webform
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/768f2a3bb81046d3a72f0dc7b237a308/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05506265-F 20191204/191204045508 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.