SOLICITATION NOTICE
J -- Repair of the following equipment: SENSOR, DAY/NIGHT, AAIPN: 628-90111-4, BELFORT PN: 31924-2, ASN: S100-2MT5A5, RF DRIVER MODULE, PN: 645A794A02, ASN: R400-3A4 and HYDROLOGGER, MODEL 550A/B, ASN: D925. - Statement of Work D925 - Statement of Work R400-3A4 - Representation by Corporations - Statement of Work S100-2MT5A5
- Notice Date
- 6/4/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Weather Service, 1325 East West Highway, SSMC2, Room 11226, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- NWWG9160-13-150-154-188
- Archive Date
- 6/29/2013
- Point of Contact
- WILLIAM N ROBERTS, Phone: 816-926-3217 X237
- E-Mail Address
-
WILLIAM.ROBERTS@NOAA.GOV
(WILLIAM.ROBERTS@NOAA.GOV)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work S100-2MT5A5 Representation by Corporations Statement of Work R400-3A4 Statement of Work D925 This is a combined synopsis/solicitation. The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), National Reconditioning Center (NRC) intends to send out for repair of the following equipment: 12 each SENSOR, DAY/NIGHT, AAIPN: 628-90111-4, BELFORT PN: 31924-2, ASN: S100-2MT5A5, 10 each RF DRIVER MODULE, PN: 645A794A02, ASN: R400-3A4 and 20 each HYDROLOGGER, MODEL 550A/B, ASN: D925. This solicitation is open to Small and Large Businesses. The intended acquisition is for repair service to furnish labor and material to place in like new operating condition and good appearance to meet the original manufacturer's specifications and/or tolerances of the equipment listed above. After repair, if the equipment does not meet these conditions, it will be returned to the vendor for rework at no additional cost to the government. Only firms that can provide the exact repair service described herein will be considered. This acquisition is being processed under the procedures of Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. This constitutes the only Request for Quotation (RFQ) written offers are being requested; and a written solicitation will not be issued. This notice is hereby issued as RFQ No. NWWG9160-13-150-154-188. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. The line items shall be provided in accordance with the specifications listed below. The price shall be all inclusive of costs including return shipping costs. The FAR clauses incorporated into this acquisition shall be the following: 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012), 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2012) (Clauses Only if Applicable: 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, 52.222-51), 52.232-99 Providing Accelerated payment to Small Business Subcontractors (Deviation)(Aug 2012), 52.247-65 F.O.B. Origin, Prepaid Freight - Small Package Shipments (Jan 1991), 52.252-2 Clauses Incorporated By Reference (Feb 1998). The CAR clauses incorporated into this acquisition shall be the following: 1352.201-70 Contracting Officer's Authority (Apr 2010), 1352.209-73 Compliance With The Laws (Apr 2010), 1352.209-74 Organizational Conflict of Interest (Apr 2010), 1352.233-70 Agency Protest (Apr 2010), 1352.233-71 GAO and Court of Federal Claims Protests (Mar 2000) and 1352.246-70 Place of Acceptance (Apr 2010). The FAR provisions are incorporated into this acquisition by reference as follows: 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012), 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2012) and 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Dec 2012). FAR clauses and provisions are available on the Internet Website http://www.acquisition.gov/far/. All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM). For information and to register, please access the following website: https://www.sam.gov/. In order to register on the SAM website, offerors must have a Dun & Bradstreet number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at http://fedgov.dnb.com/webform or by phone at (800) 333-0505. The Government intends to make an award to the responsive responsible quoter(s) providing the best value to the Government, price and non-price factors considered. "Best value" means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. The Government reserves the right to make a comparative evaluation of quotes in determining best value in accordance with FAR 13.106-2(B)(4)(ii). The NAICS code for this requirement is 334519. All responses must be in writing and may be mailed to the National Reconditioning Center, ATTN: William N. Roberts, 1520 East Bannister Road, Kansas City, Missouri 64131 or sent to the email address William.Roberts@noaa.gov. Quotes submitted in response to this notice shall also include the following in order to be considered responsive to this request: 1. DUNS number, company name, address, point of contact, email address, telephone number 2. Brief statement regarding its capability to repair the specified equipment. 3. Include the name, telephone number and point of contact for past performance of businesses or other Government agency to which it has previously repaired the item. 4. Delivery Schedule. Provide a proposed delivery date for the repair return of the equipment. 5. Completed price schedule for the repair of the line item identified in this notice including the return shipping cost. This is a firm-fixed price request. 6. Completed copy of FAR 52.212-3 Representations & Certifications-Commercial items or certification of registration with the System for Award Management (SAM) database. 7. Completed copy of Attachment B - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) S100-2MT5A5 Multiple searches of the Small Business Administration (SBA) Dynamic Small Search failed to identify any additional small businesses available to compete for this repair service. Search parameters included a combination of NAICS code ‘334519' with key words: ‘repair, Belfort, visibility, day/night sensor'; and just key words: ‘repair, Belfort, visibility, day/night sensor', ‘repair, Belfort, day/night sensor' and ‘repair, day/night sensor'. Searches of the GSA's eLibrary for ‘Belfort day/night sensor' returned no matches. A search of ‘repair day/night sensor' returned three source categories: Photographic Equipment - Cameras, Photographic Printers and Related Supplies & Services (Digital and Film-Based); General Purpose Commercial Information Technology Equipment, Software and Services; Total Solutions For Law Enforcement, Security, Facilities Management, Fire, Rescue, Clothing, Marine Craft and Emergency/Disaster Response. None of these categories offers repair service for the day/night sensors. R400-3A5 Multiple searches of the Small Business Administration (SBA) Dynamic Small Search did not identify any small business available to compete for this required repair service. Search parameters included a combination of NAICS code ‘334519' and key words: ‘repair, NEXRAD radar, pulse shaper'; and just key words: ‘repair, NEXRAD radar, pulse shaper'; ‘repair, radar, pulse shaper'; ‘repair, pulse shaper'. A search of "repair NEXRAD radar pulse shaper"; "repair radar pulse shaper"; and "repair pulse shaper" in GSA's eLibrary also returned no matches. D925 Multiple searches of the Small Business Administration (SBA) Dynamic Small Search did not identify any small business available to compete for this required repair service. Search parameters included: NAICS code ‘334519' and key words: ‘repair, handar, 550a, hydrologger'; and just key words ‘repair, handar, 550a, hydrologger'; ‘repair, handar, hydrologger'; and ‘repair, hydrologger'. A search of "repair Handar 550A Hydrologger"; "repair Handar Hydrologger"; and "repair Hydrologger" in GSA's eLibrary returned no matches.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/OCSNWS/NWWG9160-13-150-154-188/listing.html)
- Place of Performance
- Address: VENDOR'S LOCATION, United States
- Record
- SN03079560-W 20130606/130605000643-2c405667d7c67727c8427b7d37adf7b3 (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 |