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
SOLICITATION NOTICE

20 -- Ship to Shore Power Cables for the NOAA Ship Ronald H. Brown

Notice Date
10/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133M-12-RQ-0029
 
Archive Date
11/8/2011
 
Point of Contact
Robin Resweber, Phone: 757-441-3182, Janie M Laferty, Phone: 757-441-6875
 
E-Mail Address
robin.resweber@noaa.gov, Janie.M.Laferty@noaa.gov
(robin.resweber@noaa.gov, Janie.M.Laferty@noaa.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 FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA133M-12-RQ-0029. This synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-53. The National Oceanic Atmospheric Administration (NOAA), NOAA Ship Ronald H. Brown, Charleston, SC requires two (2) each ship to shore power cable assemblies with a required deliver date of December 1, 2011. Item 0001, 2 Each, Ship to Shore Power Cable Assemblies in accordance with the following specifications: - Each Cable is to be 175 feet long. - The cable is to be enhanced THOF-500 that complies with OPNAVINST 11310.3B. - Each cable is to have molded 500A/500VAC female Viking type plug crimped and potted on both ends that meets MIL-C-24368/1. The required delivery date is December 1, 2011. All quotes shall be FOB Destination to 1050 Register Street, Charleston, SC 29405-2421. Vendor must submit specifications of the proposed cables. Vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (MAY 2011), with its quote. [An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision.] Vendors shall refer to www.acquisition.gov to obtain a copy of FAR provision 52.212-3. FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items (MAY 2011) applies to this acquisition with the following addenda: Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.208-70 Restrictions on Printing and Duplicating (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, ERAD, Attn: Robin Resweber, 200 Granby Street, 8th Floor, Norfolk, VA 23510; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230} The following clauses are provided in full text: FAR clause 52.212-2, EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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 and other factors considered. The following factors shall be used to evaluate offers: Meeting technical specifications and delivery date are more important than price. (b) "Options." The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (MAY 2011) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, (SEP 2006), with Alternate I (OCT 1995) (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (6) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (11) 52.219-6, Notice of Total Small Business Set Aside, (JUN 2003) (13) 52.219-8, Utilization of Small Business Concerns, (MAY 2004) (21) 52.219-28, Post Award Small Business Program Representation (APR 2009) (24) 52.222-3, Convict Labor, (JUN 2003) (25) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jul 2010) (26) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (27) 52.222-26, Equal Opportunity, (MAR 2007) (28) 52.222-35 Equal Opportunity for Veterans (SEP 2010) (29) 52.222-36, Affirmative Action for Workers with Disabilities, (OCT 2010) (30) 52.222-37, Employment Reports on Veterans, (SEP 2010) (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (37) 52.225-1, Buy American Act -- Supplies, (FEB 2009) (40) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) (45) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, (OCT 2003) No other additional contractual terms and conditions are applicable. In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR, contact the CCR website at www.ccr.gov/index.cfm. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 12:00 P.M. EST on October 24, 2011; any award resulting from this RFQ will be made based on meeting technical specifications, delivery date, and price. Quotes must be submitted electronically either by fax to 757-664-3642 or via e-mail to Robin.Resweber@noaa.gov. Questions pertaining to this RFQ must be submitted in writing to Robin.Resweber@NOAA.gov. The anticipated award date is on or about October 25, 2011. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Robin.Resweber@noaa.gov. Telephonic requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-12-RQ-0029/listing.html)
 
Place of Performance
Address: 1050 Register Street, Charleston, South Carolina, 29405, United States
Zip Code: 29405
 
Record
SN02607793-W 20111016/111014234433-f704cfaff7092cd44736464eab0d2f85 (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.