Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2011 FBO #3613
MODIFICATION

68 -- Hydrogen Cylinders in San Diego - Amendment 1

Notice Date
10/14/2011
 
Notice Type
Modification/Amendment
 
NAICS
325120 — Industrial Gas 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
NWWT9918-12-00178DT
 
Archive Date
10/20/2011
 
Point of Contact
Doris P Turner, Phone: 303-497-3872
 
E-Mail Address
doris.p.turner@noaa.gov
(doris.p.turner@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised due date on SF18 AMENDMENT NO. 1 This amendment corrects the bid due date on the attached SF18. Bids are due October 19th. COMBINED SYNOPSIS/SOLICITATION Hydrogen Cylinders for NWS, San Diego (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 NWWT9918-12-00178DT. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This procurement is being issued as a Total Small Business Set-Aside. The associated NAICS code is 325120. The small business size standard is 1,000 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item: CLIN 0001 - Provide hydrogen weekly to the National Weather Service (NWS) Upper Air Site located at 6126 Kearny Villa Road, San Diego, California 92123. Initial delivery will be 15 cylinders. It is typical for 31-36 cylinders to be used per month. (VI) Description on requirements is as follows: STATEMENT OF WORK Hydrogen and Cylinder Rental Period of Performance is November 1, 2011 - October 31, 2012. 1. The Contractor shall be responsible for satisfactorily delivering and maintaining an adequate supply of hydrogen to launch weather balloons as specified herein at the following location: National Weather Service Upper Air Site, Miramar MCAS, 6125 Kearny Villa Road, San Diego, CA 92123 If any of the services do not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount or the price of the contract may be reduced to reflect the reduced value of services performed. If the defects in services are not corrected by re-performance, the Government may require the Contractor to take necessary action to ensure that future performance conforms to contract requirements. 2. Equipment, Materials, and Supplies The contractor is required to furnish 11 full cylinders (approximately 200 CF size) on November 2, 2011. Thereafter, the contractor shall ensure there are a minimum of 15 full bottles on-hand at site after each delivery. Deliveries shall be once a week on Wednesdays unless otherwise needed due to special circumstances or due to a shortage in supply (for example, empty cylinders being delivered in error). Materials Safety Data Sheets (MSDS) must be provided by the Contractor to the (MIC) or (ASA) at each office, where the information will be kept on file in accordance with applicable guidelines of the OSHA Hazard Communications Standard. Requirements pertaining to recordkeeping will be strictly followed, with copy(s) provided to MIC as necessary and upon request. 3. Conduct of Work The Contractor shall ensure the bottles are securely strapped to the stand at delivery and placed in an orderly/neat and clean fashion. The deliveries need to be performed in such a way that there will be minimal interruption to or interference with the normal operation of Government business on the premises. 5. Requirements a. Deliveries to be made once a week on Wednesdays between the hours of 4:15pm and 6:00pm unless minimum bottle requirement is not met. This is a locked facility on the Miramar MCAS site and will require the contractor on duty to give the vendor access. b. This is a 24-hour, 365 day operational site. Therefore, delivery schedule needs to be maintained regardless of holidays. If contractor is not open due to a holiday, they shall make arrangements in advance for an alternative delivery. 6. Security a. All rules concerning safety, not smoking and the security of the property must be observed at all times. b. Since the site is located on a Marine Corps base, the rules for admittance to the base need to be adhered to by the vendor at all times. In each instance, the Contractor agrees to continue to provide sufficient personnel to perform requirements of any critical tasks already in operation or scheduled, and shall be guided by the instructions issued by the Contracting Officer or the MIC. In the event of a site dismissal or closure due to weather, emergency or other circumstances, the Contractor is instructed to contact the MIC or Alternate MIC for guidance. 7. Invoicing It is preferred, that the Contractor invoice on a monthly basis in arrears for that month's hydrogen deliveries and related surcharges (i.e. cylinder rental fee, etc.). The invoice must include the following items: a. Name and address of the contractor, which must be the same as that on the Purchase Order b. Invoice date and invoice number c. Purchase Order number and associated line item number from the Purchase Order d. Description, quantity, unit of measure, unit price and extended price of supplies delivered, and date of delivery e. Evidence of delivery by way of receipt signed by NWS representative at the time of delivery f. Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice (a defective invoice is one that does not meet all the above requirements) IT SECURITY REQUIREMENTS The contractor is required to meet the DOC IT Security Program Policy (http://home.commerce.gov/CIO/ITSITnew/IT_Security_Program_Documentation.html). The government will provide the necessary computer equipment and information to perform this contract. All work must be performed upon government furnished equipment and if addition hardware and/or software is needed, the contractor must request the additional requirements from the Contracting Officer Representative (COR). The contractor must use government furnished equipment (GFE), which is currently covered by an existing government Certification and Accreditation (C&A) package. The C&A requirements of Clause 73 do not apply, and therefore a Security Accreditation Package is not required. The contractor must consider IT Security controls throughout the lifecycle of this contract as outlined in NIST Special Publication 800-64 (http://csrc.nist.gov/publications/nistpubs/800-64/NIST-SP800-64.pdf). The contractor shall guarantee strict confidentiality of the information/data that it is provided by the Government during the performance of the task order. The Government has determined that the information/data that the contractor will be provided during the performance of the task order is of a sensitive nature. Disclosure of the information/data, in whole or in part, by the contractor can only be made after the contractor receives prior written approval from the Contracting Officer. Whenever the contractor is uncertain with regard to the proper handling of information/data under the contract, the contractor shall obtain a written determination from the Contracting Officer. (VII) Place of delivery and acceptance is National Weather Service (NWS) Upper Air Site located at 6126 Kearny Villa Road, San Diego, California 92123. Delivery shall be FOB Destination. Period of performance shall be November 1, 2011 through October 31, 2012. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008) applies to this acquisition. In addition to written price quotes, offers are instructed to provide a capability statement describing qualifications to perform requirements listed in paragraphs (V) and (VI), and at least two past performance references for jobs of similar scope, including name, E-mail address, phone numbers, etc. 1352.215-72 Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Doris Turner either through email Doris.P.Turner@noaa.gov or faxed at 303-497-7719 no later than Monday October 17, 2011 at 5:00 pm mountain time. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made on an all or none basis to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: 1) Past Performance - quote shall included two references including the phone number, full address and email (if available) and contractor's past performance will be based on responsiveness, quality, and customer services 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 (Oct 2010) 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 (Aug 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). 52.225-1, Buy American Act-Supplies (Feb 2009) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: same as above. (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: http://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 Offer in U.S. Currency (Apr 1991) 52.217-8, Option to Extend (Nov 1999) 52.228-5, Insurance - Work on a Government Installation (Jan 1997) 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. [75 FR 10570, Mar. 8, 2010; 75 FR 14496, Mar. 26, 2010] (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does apply. (XV) Quotes are required to be received in the contracting office no later than 05:00 P.M. MST/MDT on October 19, 2011. All quotes must be emailed (PREFERRED) to the attention of Doris.P.Turner@noaa.gov or faxed to 303-497-6163. Notwithstanding responses received -it is the discretion of the government to add additional sources and/or consider other quotes received after close of due date if it is in the best interest of the government. (XVI) Any questions regarding this solicitation should be directed to Doris Turner, Purchasing Agent, at email address, Doris.P.Turner@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NWWT9918-12-00178DT/listing.html)
 
Place of Performance
Address: SAN DIEGO WFO CALIFORNIA, 11440 WEST BERNARDO COURT, SUITE 230, SAN DIEGO, California, 92127, United States
Zip Code: 92127
 
Record
SN02607357-W 20111016/111014233855-d070a87b320b0b947503b092fd563d81 (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.