Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2011 FBO #3478
SOLICITATION NOTICE

59 -- Low Price Technically Acceptable - Spherical Display System - scope

Notice Date
6/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component 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
NWWV9906-11-03973SR
 
Archive Date
6/11/2011
 
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
N/A
 
Description
scope COMBINED SYNOPSIS/SOLICITATION Low Price Technically Acceptable - Spherical Display System (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 NWWV9906-11-03973SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 335999. The business size standard is 500 employees. Low Price Technically Acceptable. The Government intends to award a firm-fixed price purchase order on an all or none basis. (V) This combined solicitation/synopsis is for purchase of the following commercial product: CLIN 0001 - Spherical Display System (VI) Description of requirements is as follows: 1. Minimum 30-inch spherical display. 2. Projector brightness sufficient for observation in moderate light. 3. All necessary optical elements and alignment assemblies. 4. Pedestal base and mounting equipment. 5. Equipment required to operate display including touch-screen interface. 6. Ability to display NOAA Science-on-a-Sphere displays. 7. Software necessary to control and select displays. 8. Developer tools which enable creation of custom displays and movies. 9. Display content which includes at a minimum a rotating earth. 10. One spare bulb. 11. Installation and one day of training. 12. Software support for at least one year. (VII) Delivery of the products will be no more than 60 days after purchase order is awarded and FOB Destination to West Coast/Alaska TWC (Palmer) Alaska, 910 S. Felton St., Palmer, AK 99645. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2011), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (X) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010) applies to this acquisition. (XI) 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) (Pub. L. 109-282) (31 U.S.C. 6101 note). (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). (24) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (25) 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). (33) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007). (35) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (37)(i) 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). (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XII) 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) 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. 1352.239-70, SOFTWARE LICENSE ADDENDUM (APR 2010) (a) This Addendum incorporates certain terms and conditions relating to federal procurement actions. The terms and conditions of this Addendum take precedence over the terms and conditions contained in any license agreement or other contract documents entered into between the parties. (b) Governing Law: Federal procurement law and regulations, including the Contract Disputes Act, 41 U.S.C. Section 601 et. seq., and the Federal Acquisition Regulation (FAR), govern the agreement between the parties. Litigation arising out of this contract may be filed only in those fora that have jurisdiction over federal procurement matters. (c) Attorney's Fees: Attorney's fees are payable by the federal government in any action arising under this contract only pursuant to the Equal Access in Justice Act, 5 U.S.C. Section 504. (d) No Indemnification: The federal government will not be liable for any claim for indemnification; such payments may violate the Anti-Deficiency Act, 31 U.S.C. Section 1341(a). (e) Assignment: Payments may only be assigned in accordance with the Assignment of Claims Act, 31 U.S.C. Section 3727, and FAR Subpart 32.8, "Assignment of Claims." (f) Invoices: Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. Section 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. (g) Patent and Copyright Infringement: Patent or copyright infringement suits brought against the United States as a party may only be defended by the U.S. Department of Justice (28 U.S.C. Section 516). (h) Renewal of Support after Expiration of this Award: Service will not automatically renew after expiration of the initial term of this agreement. (i) Renewal may only occur in accord with (1) the mutual agreement of the parties; or (2) an option renewal clause allowing the Government to unilaterally exercise one or more options to extend the term of the agreement. (End of clause) (XIII) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XIV) Quotes are required to be received in the contracting office no later than 12:30 P.M. Mountain Standard Time on June 10, 2011. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett and Brand Taylor-Kelly either through email Suzanne.Garrett@NOAA.gov and brandi.taylor-kelly@noaa.gov. The fax number is (303) 497-7719. (XV) Any questions or inquiries regarding this solicitation should be directed to the following three persons: Suzanne Romberg-Garrett through email Suzanne.Garrett@NOAA.gov and brandi.taylor-kelly@noaa.gov or faxed at 303-497-7719 no later than 4:30 p.m. MST, June 7, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NWWV9906-11-03973SR/listing.html)
 
Place of Performance
Address: Delivery of the products will be no more than 60 days after purchase order is awarded and FOB Destination to West Coast/Alaska TWC (Palmer) Alaska, 910 S. Felton St., Palmer, AK 99645., Palmer, Alaska, 99645, United States
Zip Code: 99645
 
Record
SN02461331-W 20110603/110601234710-27135e2dd3db913b1b480d8fa17a18cb (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 |
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.