MODIFICATION
20 -- Scanmar Net Mensuration Equipment - Amendment 2
- Notice Date
- 8/6/2013
- Notice Type
- Modification/Amendment
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
- ZIP Code
- 23510
- Solicitation Number
- NFFM7220-13-03032
- Archive Date
- 8/27/2013
- Point of Contact
- Lauren Kirkpatrick, Phone: 5084952112, Kelly R. Taranto, Phone: 508-495-2312
- E-Mail Address
-
Lauren.Kirkpatrick@noaa.gov, kelly.taranto@noaa.gov
(Lauren.Kirkpatrick@noaa.gov, kelly.taranto@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justification_rev Trawleye & Door Sensor Specifications Amendment 0002 This is a combined synopsis/solicitation for commercial items (supplies) prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and is being conducted pursuant to FAR Part Subpart 12.6 and FAR Part 13. The Request for Quote (RFQ) number is EE-133F-13-RQ-0606. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-6 dated June 26, 2013. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The associated North American Industry Classification System (NAICS) code is 334419, which has a corresponding size standard of 500 employees. The National Oceanic Atmospheric Administration (NOAA), National Marine Fisheries, Northeast Fisheries Science Center has a requirement for net mensuration equipment for a bottom trawl survey. This is a Brand Name Only requirement. Line Items: Item Number / Description / Quantity / Unit CLIN 0001 / Scanmar Trawleye (TEY-WB) / 1 / EA CLIN 0002 / Scanmar Trawleye License / 1/ EA CLIN 0003 / Spare battery for Trawleye (BP9-5.0, No. 105570) / 1 / EA CLIN 0004 / Scanmar Minitransponder (MTR-110, No. 103104) / 2 / EA CLIN 0005 / Scanmar Minitransponder (MTR-144, No. 103107) / 2 / EA CLIN 0006 / SS4 Door Sensor - SS4-D-VTLR, Including battery with end cap for depth (No. 109061), with function licenses for: SS4-D Distance Master Single (No. 109581-1); SS4-D Depth (No. 109149-1); SS4-D Angle (No. 109147-1). / 1 / EA CLIN 0007 / SS4 Door Sensor - SS4-D-VTLR, Including battery with dummy end cap (No. 109060), with function licenses for: SS4-D Distance Slave Standard (No. 109582-1), SS4-D Angle (No. 109147-1). / 1 / EA CLIN 0008 / SS4 Door Holder, Complete (No. 107705) / 2 / EA CLIN 0009 / All Shipping, Handling, and Custom clearance charges to 166 Water Street, Woods Hole, MA 026543 / 1 / LO ADDITIONAL DOCUMENTS NEEDED w/ the Quote: Vendors are required to submit a completed Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Class Deviation) (MAR 2012) (see attached PM 2012-04 Attachment A) with their quote (this is page 6 of RFQ). Federal Acquisition Regulation (FAR) and Commerce Acquisition Regulation (CAR) provisions and clauses that are included in this solicitation are denoted by the applicable acronyms. FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998) - Full Text 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/these address(es): WWW.ACQUISITION.GOV (End of Clause) FAR 54.204.99, SAM Registration (SEP 2012) - Full Text FAR 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012) - By Reference FAR 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2012) - By Reference FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation) (AUG 2012) - Full Text FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (APR 2012) - Full Text The following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: (26) 52.222-3, Convict Labor, (JUN 2003) (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012) (28) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (29) 52.222-26, Equal Opportunity, (MAR 2007) (38) 52.223-18, Encourage Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (47) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, (OCT 2003) Commerce Acquisition Regulation (CAR) clauses: CAR 1352.233-70, Agency Protests (APR 2010) - Full Text Fill-in paragraph "b": Department of Commerce, NOAA, NEFSC, Attn: Lauren Kirkpatrick,166 Water Street, Woods Hole, MA 02543; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230 CAR 1352.233-71, GAO and Court of Federal Claims Protests (APR 2010) - By Reference CAR 1352.201-70, Contracting Officer's Authority (APR 2010) - By Reference CAR 1352.209-73, Compliance with the Laws (APR 2010) - By Reference CAR 1352.209-74, Organizational Conflict of Interest (APR 2010) - By Reference Responsible sources shall provide the following: 1. Price quote for products required (Note: If using the SF18 to submit your quote, please ensure Block 11(e and f), and 13 through 16 are completed. You need only to return pages 1, 2 and 6.) 2. Completed Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (Attached, also page 6 of SF18) In order to comply with the debt collection improvement act of 1966, all contractors must be registered and have an active registration in the System for Award Management (SAM) to be considered for an award of a federal contract. This system combines data that was formerly contained in the Central Contractors Registration (CCR) and Online Representation and Certifications (ORCA). For information, review the SAM website at https://www.sam.gov. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means by 4:00 P.M. EST on July 31, 2013. Quotes must be submitted electronically either by fax to 508-495-2004 or via e-mail to Lauren.Kirkpatrick@noaa.gov. The anticipated award date is on or about August 6, 2013. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Potential offerors may direct all inquiries pertaining to the solicitation in writing to Lauren.Kirkpatrick@noaa.gov. Telephone requests will not be honored. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2013-07-31 10:13:59">Jul 31, 2013 10:13 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2013-08-06 12:31:38">Aug 06, 2013 12:31 pm Track Changes Amendment 1 (please see Amendment 1 attachment): The Subject Solicitation is hereby revised to include the following: ADD option quantity: CLIN 0004a - Scanmar Minitransponder MTR-110 (103104) - 1 additional unit (based on fund availability) CLIN 0005a - Scanmar Minitransponder MTR-144 (103107) - 1 additional unit (based on fund availability) REMOVE and REPLACE CLIN 0007 to read as follows: CLIN 0007 - Scanmar SS4 Door Sensor, SS4-D-VTLR, including battery with end-cap for depth (109061), with function licenses for: SS4-D-Distance Slave Standard (109582-1), SS4-D Angle(109147-1), and SS4-D Depth (109149-1). ADD FAR Clause: FAR 52.217-7, Option for Increased Quantity - Separately Priced Line Item - Full Text All other terms and conditions remain unchanged. Amendment 2 (please see Amendment 2 attachment): 1. Amendment 0002 is hereby issued to incorporate FAR provisions 52.211-6, Brand Name and 52.212-2, Evaluation-Commercial Items. If quoting “equal” items, the “equal” item must be included in the space next to the brand name for each Contract Line Item (CLIN) as provided in the Schedule of Supplies/Services. Quoters must address the requirements in this provision if offering "equal" products. NOAA will select the contractor(s) which represent(s) the best value on the basis of technical acceptability, experience, past performance, and price. Technical acceptability is a “go” or “no-go” evaluation criterion. To be technically acceptable, the quote must be for brand name items or items that are equal to brand name. Quotes that are determined technically acceptable will be evaluated on the basis of experience, past performance and price. Experience and past performance are of equal weight and, when combined, are significantly more important than price. Based on technical acceptability, price quotes, experience, and past performance information, NOAA will choose the contractor(s) that NOAA determines best value. 2. Salient characteristics of the Scanmar Trawleye and Door Sensors, and a revised Brand Name justification has been incorporated and attached to this announcement. 3. The response due date is extended to August 12, 2013 at 4:00PM EST. 4. All other terms and conditions remain the same.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/NFFM7220-13-03032/listing.html)
- Place of Performance
- Address: 166 Water Street, Woods Hole, Massachusetts, 02543, United States
- Zip Code: 02543
- Zip Code: 02543
- Record
- SN03139302-W 20130808/130807000242-da2006de9cb38b21c8c49a5387f3bed0 (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 |