SOLICITATION NOTICE
59 -- BRAND ONLY REQUIREMENT - 12MM PASSIVE INTEGRATED TRANSPONDER (PIT) TAGS
- Notice Date
- 4/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- NFFP7300-11-04142SRG
- Archive Date
- 5/6/2011
- Point of Contact
- Suzanne A Romberg-Garrett, Phone: 303-497-5110
- E-Mail Address
-
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION BRAND ONLY REQUIREMENT - 12MM PASSIVE INTEGRATED TRANSPONDER (PIT) TAGS (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 NFFP7300-11-04142SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 334511. The small business size standard is 750 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial products: CLIN 0001 - Purchase of 25,000, 12mm Passive Integrated Transponder (PIT) radio frequency identification tags compliant with ISO 11784/5 and optimized for detection by current infrastructure in use in the Columbia River basin. (VI) Description of requirements is as follows: a. Units must be ISO 11784/5 compliant 134.2 kHz full duplex passive integrated transponder radio frequency identification tags. b. Units must have the following physical dimensions: length - 12.48mm; diameter - 2.07mm, weight in air 0.1020g. c. The vendor must be able to document that the tags have maximal detection efficiency with existing Destron Fearing tag detection infrastructure in use by NOAA Fisheries in the Columbia River basin. d. BRAND REQUIREMENT is "To maintain continuity of data collection in fish tagging and detection in the Columbia River basin, Destron Fearing 12mm PIT tags are specified. Based on tag comparison studies across all possible tag manufacturers, Destron Fearing tags have the largest read distance, lowest error rate, and thus the highest detection efficiency. All detection infrastructure in the Columbia River basin is based on Destron Fearing transceivers, which have been optimized for their tags. Therefore, to avoid having to recalibrate all detection events for tag detections from non-Destron Fearing tags, Destron Fearing sourced tags are requested." (VII) Delivery will be due by June 1, 2011 and quantities to the two locations, as follows: a. 7,500 units to Phil Roni, NOAA/NWFSC/ECD, 2725 Montlake Blvd. E., Seattle, WA 98112, (206) 860-3307. b. 17,500 units to Chris Jordan, NOAA/NWFSC/CBD, c/o US EPA, 200 SW 35th St., Corvallis, OR 97333, (541) 754 4629. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.gov or faxed at 303-497-7719 no later than 4:00 p.m. MST, May 2, 2011. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. 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. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Past Performance - quote shall include a reference for same or similar work. 2) Ability to meet shipment requirements and 2) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2011), with its quote. 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 (June 2010) 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 (Apr 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Effective March 1, 2011) (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (23) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (22) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (24) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (26) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (28) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (35) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (36) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (39) 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) (44) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 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 address: https://www.acquisition.gov/far/index.html (End of Clause) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.217-8, Option to Extend Services (Nov 1999) 52.242-15, Stop-Work Order (Aug 1989) 52.204-9, Personal Identity Verification of Contractor Personnel. (Jan 2011) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr. 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 4:30 P.M. Mountain Standard Time on May 5, 2011. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-7719 and the email address is Suzanne.Romberg-Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett through the email address: Suzanne.Romberg-Garrett@noaa.gov or fax (303) 497-7719.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NFFP7300-11-04142SRG/listing.html)
- Place of Performance
- Address: 7,500 NOAA/NWFSC/ECD, 2725 Montlake Blvd. E., Seattle, WA 98112, 17,500 NOAA/NWFSC/CBD, c/o US EPA, 200 SW 35th St., Corvallis, OR 97333, United States
- Zip Code: 97333
- Zip Code: 97333
- Record
- SN02435846-W 20110430/110428234812-b4e52ca9e25f2b39cebc3e1e8e62cf7e (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 |