SOLICITATION NOTICE
59 -- PCI DownConverter/Tracking Receiver
- Notice Date
- 2/18/2021 1:50:25 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
- ZIP Code
- 64106
- Solicitation Number
- 1333MD21QNEEB0006
- Response Due
- 3/5/2021 1:00:00 PM
- Archive Date
- 03/20/2021
- Point of Contact
- Donna L Cohee, Phone: 7578247371, Donna L Cohee, Phone: 7578247371
- E-Mail Address
-
donna.l.cohee@noaa.gov, donna.l.cohee@noaa.gov
(donna.l.cohee@noaa.gov, donna.l.cohee@noaa.gov)
- Description
- The Department of Commerce/National Oceanic and Atmospheric Administration/National Environmental Satellite Data and Information Service (DOC/NOAA/NESDIS/WCDAS), intends to award a Purchase Order pursuant to Simplified Acquisition Procedures under the authority of FAR Part 13.� The requirement is for procurement of spare PCI Down Converter/Tracking Receivers for the 13 Meter LEO antennas located at the Wallops CDA Station in Wallops Island, Virginia. � This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and it being conducted pursuant to Acquisition Circular 2005-99 effective June 15, 2018 Part Subpart 12.6 and FAR Part 13.� The Request for Quote (RFQ) number is 1333MD21QNEEB0006. The acquisition is being sought as an unrestricted set aside for this requirement.� The intended procurement will be classified under North American Industry Classification System (NAICS) 334220 � Size Standard 1250. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. 1- ��Introduction/Background The Wallops Command and Data Acquisition Station (WCDAS) located in Wallops Island, Virginia, has a requirement for spare 13M Lumistar Tracking Receivers Part Number LS-25-PAUE.� These tracking receivers will be spares for 13M satellite antenna tracking systems located at WCDAS, 35663 Chincoteague Road, Wallops Island, Virginia� 23337. The NOAA WCDAS use of these Tracking Receivers are to maintain the 13M antenna systems as per the manufacturer�s specifications by using original equipment manufacturer (OEM) parts and materials to assure the proper operation and satellite communication. ��NOAA WCDAS must maintain spares used for on-site repairs as this antenna system is a critical asset for WCDAS mission operations.� 2- ��Scope of Work The purpose of this acquisition is to procure original equipment manufacturer (OEM) tracking receivers that will meet the operational requirements of the Wallops CDA Station�s 13 meter LEO antennas. The purchase of this item is to replace spares that have be used from the normal stock supply. Specifications:�� Tracking Receiver Assembly:� Model Number: LS-25-PAUE;�Alternative Part Number 5012-0001-6;�� Single Channel-Dual Band, �U� and �E� bands with 4 IF filters (BW=500kHz, 1 MHz, 2.5 MHz, 4 MHz) ���U band = 1710-1850 MHz,�� E band = 2185-2485 MHz. Quantity:� Two (2) Each All Hardware products received must be a full factory ATP and come with a two-year warranty for materials and workmanship.�� No additional Extended Warranties required. 3-�� Requested Delivery Schedule/Period of Performance NOAA Wallops CDA Station has a delivery requirement of 45 to 60 days from date of award. 4-�� Security Requirements No contractor access to facilities or equipment is required under this requirement. Equipment will be delivered only. Authorized in-house personnel will install and configure the equipment in accordance with the FISMA system�s configuration management procedures. 5-�� Best Value Evaluation Offers shall be evaluated on an individual basis in accordance with the evaluation criteria outlined in the� RFQ only.�� Award shall be made to the responsible offeror that meets the best value to the Government.� The offer must meet 1) Technical Specifications Acceptability, 2) Delivery must meet the Government�s need and 3) Price.� Offers that meet or exceed these factors will be selected on a Lowest Price Technically Acceptable basis. Clauses and Provisions Applicable to this Solicitation and Award: AA16-05 NOAA Acquisition and Grants Office OMBUDSMAN (BR) Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70� Contracting Officer�s Authority (APR 2010) CAR 1352.209-73� Compliance with the Laws (APR 2010) CAR 1352.209-74� Organizational Conflict of Interest (APR 2010)� Commerce Acquisition Regulation (CAR) provisions: CAR 1352.233-70� Agency Protests� (APR 2010) {Fill-In paragraph �b�: Department of Commerce, NOAA, NESDIS, Field Delegate 35663 Chincoteague Road, Wallops Island, VA 23337;� 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 Protest The following FAR Provisions and Clauses are incorporated by reference: 52.203-18, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation (JAN 2017) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) 52.232-40, Providing Accelerated Payments to Small Business Contractors. 52.212-1,� Instructions to Offerors (OCT 2015) 52.212-3,� Offeror Representations and Certifications- Commercial Items (APR 2016) 52.212-4,� Contract Terms and Conditions- Commercial Items (MAY 2015) 52.212-5,� Contract Terms and Conditions Required To Implement Statutes or Executive Orders- Commercial Items (MAR 2018) applies to this (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). 52.219-28, POST Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-1, Buy American�Supplies (May 2014) (41 U.S.C. chapter 83). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Jul 2013)(31 U.S.C. 3332). The following FAR�clauses are provided in full text: 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:� https://www.acquisition.gov/?q=browsefar 52.252-6, Authorized Deviations in Clauses (Apr 1984) (a)� The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the clause. (b)� The use in this solicitation or contract of any Commerce Acquisition Regulation (48 CFR Chapter 1352) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by references, 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.� The offeror is cautioned that the listed provision may include blocks that must be completed by the offeror and submitted with its quotation and offeror.� In lieu of submitting text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.� Also, the full text of a solicitation provision may be accessed electronically at this address:� https://www.acquisition.gov/?q=browsefar� 52.252-5, Authorized Deviations in Provisions (Apr 1984) (a)� The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the provision. (b)� The use in this solicitation or contract of any Commerce Acquisition Regulation (48 CFR Chapter 1352) provision with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. 52.212-2, Evaluation�Commercial Items (Oct 2014) (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:� 1) Technical Specifications�2) Delivery (1) The offerors capability to successfully perform the contract. (2) Price. (b) �Options�� The Government will evaluate offers for award purposes by adding the total price for all options to the 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, shall result in a binding contract without further action by either party.� Before the offer�s specified expiration time, the Government may accept and offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdraw is received before award. 152.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it ""does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument"" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services--Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it ""does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services"" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3. (a) Definitions. As used in this provision- Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to-- (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to-- (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services."" (d) Representations. The Offeror represents that-- (1) It [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds ""will"" in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that-- It [ ] does, [ ] does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds ""does"" in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded ""will"" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment-- (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii) For covered services-- (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded ""does"" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment-- (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii) For covered services-- (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End Of Provision) In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the System for Award Management (SAM) to be considered for an award of a Federal contract.� For information regarding registration in SAM, contact the SAM website at www.beta.SAM.gov . ��Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All questions pertaining to this RFQ must be submitted in writing to donna.l.cohee@noaa.gov� (e-mail only) by� 12:00pm��EST on March 3, 2021.� All responsible sources may submit a quotation which shall be considered by the agency.� Quotes must be submitted via electronic means (e-mail) by� 4:00pm�EST on March 5, 2021; any award resulting from this RFQ will be made based on meeting contractor/technical qualifications, past performance, delivery and price.� Quotes must be submitted electronically via e-mail to donna.l.cohee@noaa.gov . The anticipated award date is on or about February 12, 2021.� Contractors are encouraged to register with the beta.SAM.gov Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within beta.SAM. gov under Contract Opportunities where this synopsis/solicitation is posted).� Potential offerors may direct all inquires pertaining to the solicitation in writing to donna.l.cohee@noaa.gov .� Telephonic requests will not be honored.��
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/924dc487e9c04683a1dd3f8fc7098b84/view)
- Record
- SN05920531-F 20210220/210218230113 (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 |