Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2021 SAM #7162
SOLICITATION NOTICE

J -- Rust abatement of boat cradle and stands

Notice Date
7/9/2021 3:32:38 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
NF-FT7000-21-02463RDS
 
Response Due
7/16/2021 4:00:00 PM
 
Archive Date
07/31/2021
 
Point of Contact
RYAN STROUD, Phone: 3034975282
 
E-Mail Address
RYAN.STROUD@NOAA.GOV
(RYAN.STROUD@NOAA.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*This solicitation has been modified.� Modification is to add a site visit date and contact information, as well as answer a few vendor questions. The site visit will be held on July 13th, 2021 from 9:00 to 11:00 AM.� Please contact Garry Harsanyi at (808) 725-5509 or (808) 799-4806 or via email at albert.young@noaa.gov to set up a site visit, we ask that you limit your attendees to only one person from your company. All vendors must sign in before site visit starts and wear the appropriate face mask. All questions during the site visit should be submitted electronically to ryan.stroud@noaa.gov. (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; quotes 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 NF-FT7000-21-02463RDS. (III)������� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 (MAR 2021) (Deviation 2020-11) (AUG 2020)(2020-05)(APR 2020)(2017-05)(SEPT 2017). (IV)�������� This solicitation is being issued as a total small business set-aside. The associated NAICS code is 811310.� The small business size standard is $8.0 Million. The Service Contract Labor Standards Act does apply to this service. Wage Determination Number 2015-5689, Revision Number 13 for Honolulu, Hawaii is attached to this solicitation. (V)��������� This combined solicitation/synopsis is for the following commercial services: The objectives of the contract is to have existing equipment serviced (rust abatement, surface preparation and coating). (VI)�������� Description of requirements is as follows: � See Statement of Work, attached to this combined synopsis. (VII)������ Period of Performance: Contractor must return the serviced stand to the NOAA Inouye Regional Center at Ford Island, Pearl Harbor no later than August 13, 2021. The two cradles may be returned in serviced condition at a later date if necessary (by September 30, 2021). (VIII)���� Place of Performance: NMFS PIFSC SCIENCE OPRATNS DIV F/PIC9 NAT'L MARINE FISHER SVC 1845 WASP BLVD, BLDG 176 HONOLULU HI 96818-5007 (IX) �����FAR 52.212-1, Instructions to Offerors -- Commercial Items (JUNE 2020), applies to this acquisition. This RFQ will be awarded using a trade-off approach. 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. Enter specific Instructions below 1.� Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation.� Email quotes are acceptable and can be sent to ryan.stroud@noaa.gov. 2.� Contractor shall have an active registration in the System for Award Management (SAM) found at www.SAM.gov in order to provide a quote and be eligible for award. 3.� Provide all evaluation criteria in accordance with FAR 52.212-2 in this package. 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. CAM 1352.215-72 Inquiries (APR 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO RYAN.STROUD@NOAA.GOV. �QUESTIONS SHOULD BE RECEIVED NO LATER THAN 12:00 P.M. MDT/MST, 7/12/2021.� Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.� (End of clause) �(X)� FAR 52.212-2, EVALUATION � COMMERCIAL ITEMS (OCT 2014), applies to this acquisition.� Offers will be evaluated based on price and the factors set forth in paragraph (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 using a tradeoff approach, price and other factors considered. The following factors shall be used to evaluate offers.� All factors have the same value. Paragraph (a) is hereby completed as follows: Evaluation will be based on� (1) Technical Approach and Capability. The offeror's approach to performing contract requirements and its capability to successfully perform the contract will be evaluated. (2) Past Performance. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. Offeror must provide at least 2 related project to include contact details for reference, emails, and phone numbers. (3) Price. The Government intends to award a firm fixed-price purchase order on an all or none basis with payment terms of Net 30 using a tradeoff approach.� (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)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/11f8f65f29ab42709d43eb718969b629/view)
 
Place of Performance
Address: Honolulu, HI 96818, USA
Zip Code: 96818
Country: USA
 
Record
SN06056411-F 20210711/210709230114 (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.