Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2024 SAM #8331
SOLICITATION NOTICE

R -- Synopsis for Architect-Engineer (A-E) Services for NOAA Global Monitoring Laboratory (GML) American Samoa Atmospheric Baseline Observatory (SMO)

Notice Date
9/16/2024 1:42:13 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
145034240121SM
 
Response Due
9/27/2024 11:00:00 AM
 
Archive Date
10/12/2024
 
Point of Contact
MAS, STEPHANIE, Phone: 3035786768
 
E-Mail Address
STEPHANIE.MAS@NOAA.GOV
(STEPHANIE.MAS@NOAA.GOV)
 
Description
AMENDMENT 0001 (09/16/2024): Response Date Extended The date and time responses are due has been extended to September 27, 2024 at 12:00pm MST/MDT to allow additional time to submit responses. END OF AMENDMENT 0001. Synopsis for Architect-Engineer (A-E) Services for the National Oceanic and Atmospheric Administration (NOAA), Oceanic and Atmospheric Research (OAR), Earth Systems Research Laboratories (ESRL), Global Monitoring Laboratory (GML), American Samoa Atmospheric Baseline Observatory (SMO) General Information Document Type: Pre-solicitation Notice Solicitation Number: 145034240121SM Notice Date: August 27, 2024 EXTENDED Response Date: September 27, 2024 Set-Aside: Total Small Business Set-Aside Title: Architect-Engineer (A-E) Services for NOAA/OAR/ESRL/GML/SMO Location: Pago Pago, American Samoa Description of Requirement The National Oceanic and Atmospheric Administration (NOAA), Oceanic and Atmospheric Research (OAR), Earth Systems Research Laboratories (ESRL), Global Monitoring Laboratory (GML), American Samoa Atmospheric Baseline Observatory (SMO) is in need of non-personal Architect-Engineer (A-E) services for electrical engineer design services to detail the proposed photovoltaic (PV), 48-hour battery energy storage (BESS) and wind energy system to take SMO off-grid and net-zero. 1. Contract Information: These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, and Public Law (PL) 92-582, formally known as the Brooks Act, as implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6. Firms must demonstrate competence and qualifications for the required work, stated in this synopsis, for selection for negotiation. The Government intends to award a trade-off, single firm-fixed price purchase order on an all or none basis with payment terms of Net 30. The period of performance shall be date of award through 90 days after date of award. This announcement is restricted to small business concerns. The applicable North American Industry Classification System (NAICS) code is 541330. The small business size standard is $25.5 million. In accordance with Federal Acquisition Regulation (FAR) 36.601-4(b), the A-E firm must be a registered/licensed firm to be eligible for award. Firms must provide proof that it is permitted by law to practice the professions of engineering (E.g., state registration number, or a brief explanation of the firm�s licensing in jurisdictions that do not register firms, etc.). Failure to submit the required proof could result in a firm�s elimination from consideration. Interviews may be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to clarify information contained in the submittal. Elaborate presentations are not desired. Eligibility for this contract award requires registration of the firm with the System for Award Management (SAM) database. Register via SAM.gov. Firms will be verified by Unique Entity Identifier (UEI) to ensure that award is to a unique entity. Failure to register in the SAM database may render your firm ineligible for award. 2. Project Information: The firm shall furnish all labor, management, incidental services, investigations, studies, travel, facilities, supplies, equipment, and materials to perform the required services. During the execution of work, the firm shall provide adequate supervision and quality control to assure the accuracy, quality, timeliness, and completeness of the work. The detailed scope of the work is found below. Disclosure of Magnitude in accordance with FAR 36.204: The magnitude is between $1,000,000 and $5,000,000. Place of Performance The place of performance address is American Samoa Atmospheric Baseline Observatory, P.O. Box 2568 (Rt 1), Pago Pago, American Samoa 96799. See REVISED A-E Synopsis attachments for full requirements and instructions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cd392af903a24c3cac5438f6d419aa8a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07212321-F 20240918/240916230113 (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.