SOLICITATION NOTICE
52 -- Fischer Porter/Belfort Precipitation Gauge Rebuild Kits.
- Notice Date
- 8/8/2011
- Notice Type
- Presolicitation
- Contracting Office
- NBC - Acquisition Services Directorate 381 Elden Street, Suite 4000 Herndon VA 20170
- ZIP Code
- 20170
- Solicitation Number
- D11PS19123
- Response Due
- 8/15/2011
- Archive Date
- 8/7/2012
- Point of Contact
- Tamia True Team Lead, Contracting Officer 7039644817 tamia.true@aqd.nbc.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Request for Quote is being issued by the National Business Center, Acquisition Services Directorate (AQD) - Herndon using the Department of Interior's Franchise Fund authority on behalf of The Department of Commerce/National Oceanic and Atmospheric Administration (NOAA)/National Weather Service (NWS). The procurement and resultant contract administration as well as payment of invoices will be handled by AQD. AQD is a Federal Franchise Fund Contracting Office under the authority of the Government Management Reform Act and provides contracting support to all Federal civilian and DOD agencies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53, 5 July 2011. This will be a small business set-aside. The associated NAICS code is 334519 and the small business size standard is 500 employees. Contract line item number 0001: 500 each Fischer and Porter/Belfort Precipitation Gauge Rebuild Kits (FPR kits). Proposals must state estimated delivery dates. The first shipment of at least 100 units is due by October 31, 2011. The Government requires that all 500 units be delivered by January 31, 2011. Government acceptance shall take place at destination. The proposed delivery address is as follows: U. S. Department of Commerce/NOAA/CASC National Logistics Support Center (NLSC)/CCX21510 Bannister RoadKansas City, Missouri 64131 All firms submitting a complete quotation and having a current Qualified Parts List (QPL) certification meeting NWS-D111-5-SP001, dated February 21, 2008, will be considered for award. Current products on the QPL are : Coastal Environmental Systems' - item number Coastal ZENO-FPX Rev. A FPR; Sutron Corporation's item number: Sutron NWS-0001-1 FPR; and RainWise, Inc.'s item number: RainWise EDL-FP The following provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items, Addendum: In preparing and submitting its quote, each firm is advised to carefully follow the instructions contained in Paragraphs (b), (j) and (f) of this provision. With respect to the technical description called for by Paragraph (b)(4), each firm shall include a statement that the quoted FPR Kits will be technically identical in configuration to FPR Kits which have successfully passed qualification testing. With respect to Paragraph (b)(5), the bidder's attention is directed to Section 3.20 of Specification No. NWS-D111-5-SP001, dated February 21, 2008, wherein the Government's required warranty is identified. With respect to Paragraph (b)(10), past performance is not an evaluation factor, consequently, the quotation submission need not include past performance information. 52.212-2, Evaluation-Commercial Items. 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, delivery schedule and other factors considered. The following factors shall be used to evaluate offers: award will be made to the lowest-priced, technically responsive quote with an acceptable delivery schedule. The following clauses are included in this acquisition. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Representations and certificates must be posted electronically at http://orca.bpn.gov. 52.212-4 Contract Terms and Conditions-Commercial Items including the following addenda: GovPay Electronic Invoicing Requirements: All payment requests must be submitted electronically through GovPay at www.GovPay.gov. "Payment request" means any request for contract financing payment or invoice payment by a contractor. To constitute a proper invoice, the GovPay payment request must conform to the requirements identified in FAR 32.905(b), "Payment Documentation and Process" and FAR 52.232-25, "Prompt Payment (OCT 2008)". To ensure the timely processing of invoices GovPay uses an automated "workflow" process to route invoices for review, approvals and payment; as required by the "Prompt Payment Act". 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders. Within FAR 52.212-5, the following clauses apply to this acquisition: FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government Alternate I; FAR 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14 -- Limitations on Subcontracting (Dec 1996); FAR 52.219-28 Post Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-40 -- Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); FAR 223-18 -- Contractor Policy to Ban Text Messaging While Driving (Sep 2010); FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.204-7 Central Contractor Registration is incorporated by reference. Due Date Information: Responses to this RFQ, shall be via electronic submission to Tamia A. True, Contracting Officer at tamia.true@aqd.nbc.gov on or before 8/15/2010, 2:00 pm Eastern Standard Time. All inquiries must be via email, and all questions and responses will be posted to the FEDBIZOPPS website as an amendment to this original announcement. Questions concerning this solicitation MUST be submitted no later than 8/11/2011, 2:00 pm Eastern Standard Time. Price quotes shall include the following: A price for each item and the extended price total and delivery schedule. Your Quote MUST include the following Information: Qualified Products List, delivery schedule, Tax identification number (TIN); Dun & Bradstreet Number (DUNS); Complete Business Mailing Address; Contact Name; Contact Phone; Contact Fax Number; and Contact email address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3697e415281002594d405e272353fd3f)
- Place of Performance
- Address: Silver Spring, Maryland
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN02525943-W 20110810/110808235658-3697e415281002594d405e272353fd3f (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 |