Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2020 SAM #6817
SPECIAL NOTICE

66 -- SPECIAL NOTICE � INTENT TO AWARD ON A SOLE SOURCE BASIS Purchase of Prawlers

Notice Date
7/27/2020 11:53:39 AM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
PMEL-20-01069
 
Response Due
8/11/2020 3:00:00 PM
 
Archive Date
08/12/2020
 
Point of Contact
Josh McCluskey, Phone: 2065266080, Ben Carlson, Phone: 2065264321
 
E-Mail Address
joshua.mccluskey@noaa.gov, ben.carlson@noaa.gov
(joshua.mccluskey@noaa.gov, ben.carlson@noaa.gov)
 
Description
SPECIAL NOTICE � INTENT TO AWARD ON A SOLE SOURCE BASIS Purchase of Prawlers (I)������� This is a special notice 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 intent to award on a sole source basis; proposals are not being requested and a written solicitation will not be issued. (II)������ This is issued as a notice of intent to sole source with McLane Research Laboratories Inc. under this notice PMEL-20-01069. (III)����� The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. (IV)���� This award will be issued without a Set-Aside. The associated NAICS code is 334516.� The PSC code is 6630. (V)����� This award is for purchase of the following commercial items: Purchase of two prawlers to be used on oceanographic moorings. (VI)���� Description of requirements is as follows: Specifications for Continuous Profiling Prawler 1.�������� Prawler must be wave actuated for profiling. 2. ������� Must be able to work in temperatures down to -1 C. 3.�������� Must be able to operate up to a depth of 100 meters. 4.�������� Must be able to hold a Seabird CTD, Wetlabs Fluorometer and Optode O2 sensor. 5.�������� Must be self-powered with batteries with enough power to last up to 4 months. 6.�������� Must be controllable from surface buoy for rate of profiling. 7.�������� Must be able to offload data to surface buoy. (VII)�� Date(s) and place(s) of delivery and acceptance: 12/18/2020.� FOB Origin Ship via Government Bill of Lading. (VIII)� Questions or document requests must be emailed to the attention of Ben Carlson.� The email address is Ben.Carlson@noaa.gov, 206-526-4321. � THE FOLLOWING PROVISIONS AND SEPARATELY ATTACHED CLAUSES APPLY TO THIS ACQUISITION FAR 52.204-7 System for Award Management FAR 52.212-1, Instructions to Offerors -- Commercial Items applies to this acquisition.� �FAR 52.212-3, Offeror Representations and Certifications � Commercial Items FAR 52.203-18 Prohibition of Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation FAR 52.225-2 -- Buy American Certificate. As prescribed in 25.1101(a)(2), insert the following provision: Buy American Certificate (May 2014) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of �domestic end product.� The terms �commercially available off-the-shelf (COTS) item,� �component,� �domestic end product,� �end product,� �foreign end product,� and �United States� are defined in the clause of this solicitation entitled �Buy American�Supplies.� (b) Foreign End Products: Line Item No.: Country of Origin: � � CAR 1330-52.222-70 Sexual Assault and Sexual Harassment Prevention and Response Policy CAR 1352.201-70 Contracting Officer�s Authority CAR 1352.209-73 Compliance with the Laws CAR 1352.209-74 Organizational Conflict of Interest CAR 1352.215-72 Inquiries CAR 1352.233-70 Agency Protests CAR 1352.233-71 GAO and Court of Federal Claims Protests CAR 1352.237-71 Security Processing Requirements - Low Risk Contracts CAR 1352.246-70 Place of Acceptance �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/38c034610a984211942047cef8c9622b/view)
 
Place of Performance
Address: Seattle, WA 98115, USA
Zip Code: 98115
Country: USA
 
Record
SN05734296-F 20200729/200727230132 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.