SOLICITATION NOTICE
99 -- Fiberglass Enclosure for Sensitive Oceanographic and Meteorological Instruments - Standard Form 18 Required
- Notice Date
- 6/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- WAD-NCNT2000-10-11971-0439
- Archive Date
- 7/9/2010
- Point of Contact
- Bill Pickert, Phone: 206-526-4549
- E-Mail Address
-
bill.pickert@noaa.gov
(bill.pickert@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SF-18 Submission required with bid proposal COMBINED SYNOPSIS/SOLICITATION Fiberglass Enclosure for Sensitive Oceanographic and Meteorological Instruments (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). (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. (IV) This solicitation is a total small business set-aside. The associated NAICS code is 326199 for this solicitation. The small business size standard is 100 employees. (V) This combined solicitation/synopsis is for procurement of the following items: Line Item 0001: Fiberglass Enclosure for Sensitive Oceanographic and Meteorological Instruments (VI) Description of requirements is as follows: Technical Specifications for 4' x 6' Equipment Enclosure The following enclosure will be used to house sensitive electronic oceanographic and meteorological instrumentation in remote coastal locations ranging from the equatorial Pacific to the Arctic. The enclosure must be made of low maintenance materials and be capable of withstanding extreme marine conditions including, but not limited to, extreme temperatures, continuous salt spray, driving rain, regular sustained winds of at least 80 miles per hour, and occasional sustained winds of at least 160 miles per hour. The enclosure must meet the following specifications: External dimensions of 72" wide x 48" deep x a maximum external height of 92"; walls should be at least 2" but no more than 3" thick and insulated. The roof shall have sufficient pitch to facilitate runoff of rainwater under normal conditions and shall have eaves extending at least 3" beyond the outer extent of the walls (i.e., the footprint of the eaves shall be at least 78" wide and 54" deep). The portion of the ceiling contained within the walls shall be of equivalent thickness to the walls and be insulated in a similar manner to the walls; the eaves must be no more than 3/8" thick and shall not be insulated. The minimum internal height of the enclosure shall be at least 74" from floor to ceiling. The entire enclosure must weigh no more than 1500 pounds. The enclosure shall be mounted on three integrated 44" to 48" runners at least 6" tall and at least 4", but no more than 6", wide with non-compressible cores. The runners shall facilitate anchoring the enclosure to a solid surface such as a pier or parking lot. The runners shall be integrated into the floor which in turn must be integrated into the upper portion of the enclosure to prevent leakage or separation of the floor from the enclosure during lifting and/or extreme weather events. The enclosure must be designed to be both lifted from below by forklift and from above by crane. The roof shall be reinforced and include two lifting eyes to allow lifting by crane. The floor shall have a passive one-way drain that will allow standing water to drain out but will not allow water in from below in the case of minor exterior flooding. The floor shallbe non-skid and capable of supporting the weight of at least three 250lb personnel carrying 50lbs of tools each. The enclosure will be exposed to extreme temperatures and conditions as it may be used in coastal locations ranging from the equatorial tropics to the arctic. The enclosure shall be fabricated from material that is conducive to a marine environment and has a white, low maintenance finish. The enclosure must have ventilation adequate to minimize condensation while remaining waterproof in all but extreme conditions. Normal conditions in many locations may include continuous winds of 60-70 miles per hour with salt spray and/or driving rain and temperatures ranging from as low as -50º to as high as +130º Fahrenheit. The enclosure shall have a door centered in one of the long walls and shall be lockable and remain waterproof in all but extreme conditions. The door shall be of an equivalent thickness to the walls and shall be insulated. All externally exposed hardware shall be stainless steel. The enclosure shall have integrated electrical circuitry including a 120V, 15A alternating current circuit breaker, lighting, and electrical outlets. The circuit breaker shall be composed of standard off the shelf parts, preferably Square D, Type TIPO HOM components. The light shall be switched and of a low profile style with explosion proof housing. There shall be at least one 4-port 120V, 15A electrical outlet on each of the side walls and the back wall (i.e., a minimum of three 4-port outlets). All exposed interior electrical wiring shall be housed in rubber coated flex conduit. Galvanized or stainless steel shallow depth Unistrut shall be installed on each of the side walls and on the back wall running vertically from floor to ceiling every 14" (i.e., 2 runs of Unistrut on each side wall and 4 runs on the back wall). Unistrut shall be anchored via hollow wall anchors, or similar method, in such a way that each run shall be capable of supporting a minimum of 120lbs indefinitely without pulling away from the wall. A vertically adjustable 18" deep shelf the width of the back wall, along with mounting hardware, shall be provided. (VII) Required delivery by August 30, 2010. Place of delivery is 7600 Sand Point Way NE, Seattle, WA 98115. Quote shall include shipping charges. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to complete and return the attached Standard Form 18. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows, listed in order of importance: 1) Technical Capability: Item must meet all specifications in (VI) above. 2) Price: Quote must state price in U.S. Dollars. 3) Delivery: Quote must include delivery schedule 4) Warranty: Quote must state warranty, if applicable. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government on an all or none basis. Offers must address all specifications for the vendor to be considered responsive. This will be a firm fixed-price purchase order, with payment terms of Net 30. (X) The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), 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 (Feb 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998). (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009). (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html (End of provision) 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html (End of clause) The following additional terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.211-6 Brand Name or Equal (Aug 1999) Department of Commerce Clauses: 1352.215-72 Inquiries (APR 2010) Offerors must submit all questions concerning this solicitation in writing to bill.pickert@noaa.gov. Questions should be received no later than 2:00 P.M. PDT, July 6th, 2010. 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) (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 5:00 P.M. PDT on July 8, 2010. All quotes must be faxed or emailed to the attention of Bill Pickert. The fax number is (206) 527-1710 and email address is bill.pickert@noaa.gov. Submission of proposals and quotes by email is preferred. (XVI) Any questions regarding this solicitation should be directed to Bill Pickert, Purchasing Agent, 206-526-4549, bill.pickert@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/WAD-NCNT2000-10-11971-0439/listing.html)
- Place of Performance
- Address: 7600 Sand Point Way NE, Seattle, Washington, 98115, United States
- Zip Code: 98115
- Zip Code: 98115
- Record
- SN02188806-W 20100627/100625235117-e303fc5f37016a8e93e12cd49ed1b43c (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 |