Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2019 SAM #6586
SOLICITATION NOTICE

59 -- Dual Iridium/GPS antennas for use at the National Data Buoy Center

Notice Date
12/9/2019 12:21:16 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
DEPT OF COMMERCE NOAA NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
NWWG2100-20-00081
 
Response Due
12/16/2019 12:00:00 PM
 
Archive Date
12/31/2019
 
Point of Contact
Anthony Ciolli, Phone: 8164263046, Steven M. Prado, Phone: 8164267454, Fax: 8162746815
 
E-Mail Address
Anthony.Ciolli@noaa.gov, Steven.M.Prado@noaa.gov
(Anthony.Ciolli@noaa.gov, Steven.M.Prado@noaa.gov)
 
Description
This is a combined synopsis/solicitation. The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Data Buoy Center intends to procure the following supplies:QTY: 50P/N: 1.5GIR1516RR-AP-XSS-1 or equivalentDescription: dual active GPS and passive antenna, SMA male connectors for both GPS and Iridium, white (cost includes shipping to NDBC).QTY: 50P/N: S5GIR1516RR-AP-XST-3 or equivalentDescription: dual active GPS and passive Iridium antenna with SMA GPS connector and TNC Iridium connector, Green (cost includes shipping to NDBC).The intended acquisition is for dual active GPS and passive Iridium antennas meeting the specifications included with this solicitation (see attachments).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. NWWG2100-20-00081. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101.The FAR clauses incorporated into this acquisition shall be the following: 52.211-6 Brand Name or Equal 52.212 -4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2018) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) 52.219-28, Post Award Small Business Program Representation (Jul 2013), 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018), 52.222-21, Prohibition of Segregated Facilities (Apr 2015), 52.222-26, Equal Opportunity (Sep 2016), 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014), 52.222-50, Combating Trafficking in Persons (Jan 2019), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011), 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act Alternate I (May 2014), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018)52.232-40 Providing Accelerated Payments to Small Business Contractors52.247-34 F.O.B. Destination52.252-2 Clauses Incorporated By ReferenceCAR 1352.201-70 Contracting Officer's AuthorityCAR 1352.209-73 Compliance with the LawsCAR 1352.209-74 Organizational Conflict of InterestCAR 1352.246-70 Place of AcceptanceAA16-05NOAA Acquisition and Grants Office OmbudsmanAA18-02NOAA Requests For Equitable Adjustment LanguageCAR 1352.233-70 Agency ProtestsCAR 1352.233-71 GAO and Court of Federal Claims ProtestsFAR 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). There is no charge for registering in 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.Quotes received from contractors not registered in SAM will not be considered for award.This is a firm fixed price purchase order. The Government intends to make an award to the responsive responsible quoter providing the lowest price technically acceptable.The Government reserves the right to make a comparative evaluation of quotes in determining best value in accordance with 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.The NAICS code for this requirement is 517410. Faxed quotes will not be accepted. Quotes should be e-mailed to anthony.ciolli@noaa.gov or mailed to the below address:NOAA/AGO/ERADATTN: Anthony Ciolli601 E 12th street,Room 1734Kansas City, MO 64106Mailed quotes must be received in this office by the due date and time to be considered within the deadline. Quoters must submit all questions concerning this solicitation by mail within 5 days of the issuance of this solicitation.Quotes submitted in response to this notice shall also include the following in order to be considered responsive to this request:1) Your price including shipping to:National Data Buoy CenterBLDG 3202Stennis Space Center, MS 395292) Your Dun & Bradstreet (DUNS) number.3) Contractor representations and certifications shall be completed in the system for award management (www.sam.gov). Contractors shall provide a statement that they either are or are not registered and active in SAM.4) Your response to 1352.209-74(c), Organizational Conflict of Interest. Contractors shall provide a statement that they either do or do not have a conflict of interest.5) An e-mail address and telephone number where you can be reached for future correspondence.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/eb8cbc28db4140a8930297ba48e5a115/view)
 
Place of Performance
Address: 70505, MS 39529, USA
Zip Code: 39529
Country: USA
 
Record
SN05512284-F 20191211/191209230251 (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.