Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2021 SAM #7322
SOLICITATION NOTICE

J -- NOAA Ship Ronald Brown No.6 CAT Engine Repair

Notice Date
12/16/2021 7:23:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
NM-AN2120-22-00386
 
Response Due
12/17/2021 11:00:00 AM
 
Archive Date
01/01/2022
 
Point of Contact
Christopher Baker
 
E-Mail Address
Christopher.Baker@noaa.gov
(Christopher.Baker@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION The National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations NOAA Ship Ronald Brown No. 6 Engine repairs (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 NM-AN2120-22-00386. (III)����� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-01. (IV)����� This solicitation is issued as a Total Small Business Set aside.� The associated NAICS code is 336611.� The small business size standard is 1,250 Employees. (V)������ This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN0001 REPAIRS NO. 6 ENGINE ON THE NOAA SHIP BROWN �(VI)���� Description of requirements is as follows: 7.1 All work shall be performed by an authorized repair facility of the engine manufacturer or under the direct on-site supervision of a factory-trained mechanic currently certified by the engine manufacturer."" Contractor shall submit evidence that they are a current Caterpillar Authorized Marine Dealer (A.M.D.) or other Caterpillar Authorized Repair Facility, or proof of current certification of the Caterpillar factory-trained mechanic that will supervise the work on-site. 7.2 The ship�s No. 6 Diesel Generator is experiencing high exhaust temperatures on the right bank, higher than normal air manifold pressure, and indications of fuel oil in the turbo casing. A damaged turbine blade was also discovered on the right bank and has already been replaced by the ship�s crew. 7.3 Provide an authorized CAT technician to meet the NOAA Ship BROWN in Praia, Cape Verde. The period of performance is 21 Dec 2021 � 04 Jan 2022. 7.4 Accomplish troubleshooting of the engine. The ship�s force suspects the issue may be faulty cylinder head(s). 7.5 For estimating purposes, provide and install eight (8) each new or refurbished cylinder head assemblies. Provide all necessary seals and gaskets. During cylinder head assembly renewals, inspect each piston crown. 7.6 Submit a condition report with findings. For estimating purposes, assume three (3) days on site to accomplish requirements of para. 7.3-7.5. 7.7 For estimating purposes, the contractor is to assume that the technician will remain on site for four (4) additional days for additional testing and repairs. This will be a total of seven (7) days on site, ten (10) hour days. Any unused time will be credited to the Government Parts shall be quoted as FOB destination (VII)��� Date(s) and place(s) of delivery and acceptance The following address can be used to ship parts to Cape Verde: NOAA Ship Ronald H. Brown Care of: Sa Nogueira Av. Cidade de Lisboa P.O BOX 182 Praia - Ilha de Santiago Cabo Verde Period of Performance: �The ship will be located in Praia,Cape Verde, Dec 21,2021 - Jan 04, 2022. (VIII)� FAR 52.212-1, Instructions to Offerors -- Commercial Items (SEP 2021), applies to this acquisition. 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. Provide the following information with the offer: 1. RFQ number, including name, address, telephone number and Duns Number, Cage Code and Tax Id. 2. An itemized/detail breakdown cost of the quote that will reflect the entire price under this RFQ. (That would include if applicable the following: Parts, Labor, Travel, Freight/Delivery, Etc.). 3. Include statement specifying the extent of agreement with all terms, conditions, and provision included in the RFQ. Quotes that rejects the terms and conditions of the RFQ may be excluded from consideration. 4. Acknowledgement of solicitation amendments (SF-30) if any. 5. Confirm all parts are 100 genuine OEM Caterpillar parts. Generic aftermarket parts shall not be offered. Additional authorization maybe considered for review, and must be made known for approval. 6. Provide CAT certified Marine technician documentation/proof of certified technician. ""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"". *** The government will award a firm fixed price contract based on best value to the government: OEM certification, past experience/past performance, availability and price . *** CAM 1352.215-72 Inquiries (APR 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO christopher.baker@noaa.gov� QUESTIONS SHOULD BE RECEIVED NO LATER THAN December 16, 2021 1800 (6:00PM) EST. 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) (IX)� �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, price and other factors considered.�� Paragraph (a) is hereby completed as follows: Evaluation will be based on (list evaluation factors or if LPTA just list price).�� ����������� a)Technical � ����������� b)Availability ����������� c) Price The Government intends to award a best value trade-off OR low priced, technically acceptable, 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 (FEB 2021), The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/. (XI)� The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (OCT 2018), 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 (SEP 2021) applies to this acquisition.� (XIII)� The following clauses are also applicable to this acquisition: SEE ATTACHED CLAUSES and PROVISIONS PROVISIONS: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. ����� (a) Definitions. As used in this provision� ����� Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ����� (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� ��������������� (i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ��������������� (ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. ���������� (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� ������� ��������(i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ��������������� (ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. ����� (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. ����� (d) Representation. The Offeror represents that� ���������� (1)It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds �will� in paragraph (d)(1) of this section; and ���������� (2)After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� ��������� It ? does, ? does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds �does� in paragraph (d)(2) of this section. ����� (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded �will� in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: ��������������� (i)For covered equipment� �������������������� (A)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); �������������������� (B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and �������������������� (C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. ��������������� (ii)For covered services� �������������������� (A)If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or �������������������� (B)If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. �������� ��(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded �does� in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: ����� ����������(i)For covered equipment� �������������������� (A)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); ������ ��������������(B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and �������������������� (C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. ��������������� (ii)For covered services� �������������������� (A)If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or �������������������� (B)If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) DEPARTMENT OF COMMERCE CLAUSES - FOR FULL TEXT OF A COMMERCE ACQUISITION REGULATION, CLAUSE OR PROVISION YOU MAY GO TO THE FOLLOWING WEBSITE, https://www.ecfr.gov/cgi-bin/text-idx?SID=bf6e18a9476188ddcae1efa1cc9fcabd&mc=true&tpl=/ecfrbrowse/Title48/48cfr1352_main_02.tpl CAR 1352.201-70, CONTRACTING OFFICER'S AUTHORITY (APRIL 2010) CAR 1352.209-73, COMPLIANCE WITH THE LAWS (APRIL 2010) CAR 1352.209-74, ORGANIZATIONAL CONFLICT OF INTEREST (APRIL 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: Christopher Baker 439 W York Street Norfolk, VA 23510 Christopher.baker@noaa.gov��� (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: Bradley Willis Field Delegate Program Manager, Acquisition and Grants Office National Oceanic and Atmospheric Administration 601 East 12th Street Kansas City, Missouri 64101 Bradley.willis@noaa.gov ����������� (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 clause) 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 clause) NOAA ACQUISITION MANUAL (NAM) CONTRACT LANGUAGE NAM 1330-52.270-304 NOAA ACQUISITION AND GRANTS OFFICE OMBUDSMAN (OCT 2016) 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: Allow contractors to better prepare for and propose on business opportunities. Advise as to technologies and solutions within the marketplace that the Government may not be aware of, or is not fully benefiting from. Identify constraints in transparency and process. 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. 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. There are several constraints to the scope of the AGO Ombudsman's authority, for instance: 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.). The AGO Ombudsman cannot participate in the evaluation of proposals, source selection processes, or the adjudication of protests or formal contract disputes. The AGO Ombudsman is not authorized to generate or alter laws, judicial decisions, rules, policies, or formal guidance. The AGO Ombudsman is not authorized to develop or alter opportunity announcements, solicitations, contracts, or their terms or conditions. ���������������������� The AGO Ombudsman cannot overrule the authorized decisions or determinations of the contracting officer. The AGO Ombudsman has no authority to render a decision that binds AGO, NOAA, the Department of Commerce, or the U.S. Government. 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). 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. 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. 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 14:00 (2:00 P.M.) EST on December 17, 2021.� All quotes must be submitted through the following smart sheet link: https://app.smartsheetgov.com/b/form/8f2fba2d1dcf4bbca2ccd6c97a384cee Email submission are to be addressed to the attention of Solicitation Number.� The email address is Christopher.Baker@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"". (XVI)� Any questions regarding this solicitation should be directed to Christopher Baker, Christopher.baker@noaa.gov. Telephonic request will not be honored.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/98236ea6027f4a38b03e5d59c13ba9e3/view)
 
Place of Performance
Address: CPV
Country: CPV
 
Record
SN06199068-F 20211218/211216230116 (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.