Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2012 FBO #3899
MODIFICATION

61 -- HEAVY DUTY METEOROLOGICAL TOWERS

Notice Date
7/26/2012
 
Notice Type
Modification/Amendment
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
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
NRMAC700-12-02636SRG
 
Archive Date
7/25/2012
 
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
AMENDMENT 1 REMOVES SMALL BUSINESS SET ASIDE AND EXTENDS QUOTE DUE DATE TO AUGUST 7, 2012 COMBINED SYNOPSIS/SOLICITATION HEAVY DUTY METEOROLOGICAL TOWERS (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 NRMAC700-12-02636SRG (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 423830. The business size standard is 100 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Quantity of 20, Climatronics C33HD BRAND, C33HD-G1-H1 Tower, Heavy Duty 33ft w/mount, Base Options: Tower Roof Mount Base 18 in, Mast Options: 4 ft x 1 in pipe (47 3/4 lg) QUOTE tiny_mce_marker ____________________. CLIN 0002 - Quantity of 20, Climatronics C33HD BRAND, 100924, Full Height Grounding Kit - 10 Meters QUOTE tiny_mce_marker ____________________. CLIN 0003 - Quantity of 20, Climatronics C33HD BRAND, 101004-G3, GUY KIT - Tower Height: 30 Ft Tower QUOTE tiny_mce_marker ____________________. CLIN 0004 - Quantity of 40, Climatronics C33HD BRAND, 101069, Tower Boom QUOTE tiny_mce_marker ____________________. CLIN 0005 - Quantity of 20, Climatronics C33HD BRAND, 101423-G0, Tower Mounting Bracket Kit QUOTE tiny_mce_marker ____________________ CLIN 0006 - freight charge estimate if not included in the price of the products. Delivery is to Special OPERAT & RESEA DIV, 232 Energy Way, Las Vegas, NV 89030. QUOTE tiny_mce_marker ____________________. (VI) Description of requirements is as follows below in the Statement of Need. Statement of Need PURPOSE: Twenty 10 meter (33 Feet) Heavy Duty Meteorological towers are required. A critical element of the NOAA Air Resources Laboratory/Special Operations and Research Division (ARL/SORD) mission is to collect meteorological data on the Nevada National Security Site (NNSS). These data are required to produced daily weather forecasts, conduct daily weather surveillance activities, generate severe and extreme weather warnings and advisories, and perform consequence assessment activities. BRAND REQUIREMENT: ARL/SORD has previously invested funding into these specific towers which have become an integral component of the weather state mesonet on the Nevada National Security Site (NNSS). In order to maintain uniformity in station set-up, maintenance, and training the Climatronics C33HD towers and accessories are required. A specially designed surface mounting plate was developed for this specific tower for the unique ground conditions at the NNSS. To change towers would result in additional cost and time for redesign and retrofitting. In addition, a cost savings is implied by only have to retain one type of replacement/repair parts and to maintain single system expertise. TECHNICAL SPECIFICATIONS: The twenty (20) towers must have the following specifications: - Tilt-down with hinged base - Roof mountable - Aluminum construction - 3 sections with a 4 foot mast - 18" base section width A complete tower set-up will include: - A 10 meter (33 feet) heavy duty tower - 18" roof mount base - Full height grounding kit - Guying kit - Two (2) Tower Booms - Tower Mounting Bracket Kit for adjustable mounting of typical NEMA J-Box Enclosures - All required hardware (VII) Delivery shall be to SPECIAL OPERAT & RESEA DIV, 232 Energy Way, Las Vegas, NV 89030 will be 30-45 days from award date or sooner. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (FEB 2012), 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 303-497-3163 no later than 4:00 p.m. MST, July 31, 2012. (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. All evaluating factors will have similar or same ranking under the best value. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Technical Evaluation Factors listed in the Statement of Work as shown in paragraph VI Evaluation Factors 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 2012), 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 (Feb 2012) 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 (MAY 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAY 2011) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (39) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Mar 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, and Pub. L. 112-41). (47) 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: http://www.arnet.gov (End of Clause) The following additional FAR terms and conditions apply: 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.216-7, Allowable Cost and Payment (Jun 2011) 52.246-16, Responsibilities For Supplies (Apr 1984) 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. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (CLASS DEVIATION) (MARCH 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of provision) (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 4:00 P.M. Mountain Standard Time on, August 7, 2012. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-3163 and the email address is Suzanne.Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett through the email address: Suzanne.Garrett@noaa.gov or fax (303) 497-3163.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NRMAC700-12-02636SRG/listing.html)
 
Place of Performance
Address: SPECIAL OPERAT & RESEA DIV, 232 Energy Way, LAS VEGAS, Nevada, 89030, United States
Zip Code: 89030
 
Record
SN02816687-W 20120728/120727000306-535fd954b15fb7ffed2ce7469c39d93b (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.