Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOLICITATION NOTICE

J -- Repair services of 24 each TRANSMITTER, GTA RADIO, MOTOROLA PN: CM200VT, FA-10450 & 01-P30040P, ASN: S100-1A10

Notice Date
1/24/2023 9:18:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
NW-WG3401-23-043
 
Response Due
1/31/2023 10:00:00 AM
 
Archive Date
02/15/2023
 
Point of Contact
Adrian Hall, Phone: 8169263357, MARJORIE SABBAGH, Phone: 8169263218, Fax: 8169263105
 
E-Mail Address
adrian.hall@noaa.gov, margie.sabbagh@noaa.gov
(adrian.hall@noaa.gov, margie.sabbagh@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The Government intends to use the procedures in FAR Part 13, Simplified Acquisitions Procedures and FAR Part 12, Commercial Items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice is hereby issued as RFQ No. NW-WG3401-23-043. This is a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-01, Commerce Acquisition Regulations (CAR) and NOAA Acquisition Manual version 2023.0 This is set-aside 100% for a Small Business.� The requirement�s North American Industrial Classification System (NAICS) code is 811210 Electronic and Precision Equipment Repair and Maintenance; the corresponding size standard is $30.0M.� The resultant Purchase Order (PO) will be a firm-fixed price PO. Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition. No partial quotes will be considered. No partial awards will be made. 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 the repair services of 24 each TRANSMITTER, GTA RADIO, MOTOROLA PN: CM200VT, FA-10450 & 01-P30040P, ASN: S100-1A10.� Prospective vendors must be able to demonstrate their ability to complete this requirement for the equipment listed. The intended acquisition is for the above services 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 work is completed, if the equipment does not meet these conditions, it will be returned to the vendor for rework at no additional cost to the government.� The vendor is responsible for returning repaired product(s) in a shipping container designed to withstand the vibration and shock encountered during transportation by ship, rail,�truck, and aircraft.�The unit(s) shall be packaged to prevent damage to include: physical, electrical, mechanical, cosmetic, and the unit(s) shall not be damaged or lose performance capability.� Only firms that can provide the exact services described herein will be considered responsive to this notice.� The FAR provisions incorporated into this acquisition shall be the following: 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance. (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021) 52.212-3 Offeror Representations and Certifications�Commercial Items (Dec 2022) 52.222-48�Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-5 Authorized Deviations in Provisions (Nov 2020) The FAR clauses incorporated into this acquisition shall be the following if applicable: 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.212-4 Contract Terms and Conditions-Commercial Items (Dec 2022) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2022) (To Include these Clauses if Applicable: 52.204-10, 52.209-6, 52.219-6, 52.219-13, 52.219-28, 52.219-32, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-51, 52.222-55, 52.222-62, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.232-40) 52.245-1 Government Property (Sep 2021) 52.246-4 Inspection of Services-Fixed-Price (Aug 1996) 52-246-15 Certificate of Conformance (Apr 1984) 52.247-34 F.O.B. Destination (Nov 1991) 52.247-65 F.O.B Origin, Prepaid Freight � Small Package Shipments (Jan 1991) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) 52.252-2 Clauses Incorporated By Reference (Feb 1998) 52.252-6 Authorized Deviations in Clauses�(Nov 2020) The CAR provisions are incorporated into this acquisition by reference as follows: 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures 1352.233-70 Agency Protests (Apr 2010) 1352.233-71 GAO and Court of Federal Claims Protests (Apr 2010) The CAR clauses incorporated into this acquisition shall be the following: 1352.201-70 Contracting Officer�s Authority 1352.209-73 Compliance with the Laws (Apr 2010) 1352.209-74 Organizational Conflict of Interest (Apr 2010) 1352.245-70 Government Furnished Property (Apr 2010) 1352.246-70 Place of Acceptance (Apr 2010).� The NOAA Acquisition Manual (NAM) Part 1330-52 Solicitation and Contract Language incorporated into this acquisition shall be the following: 1330-52.222-70 NOAA Sexual Assault and Sexual Harassment Prevention and Response Policy (May 2018) 1330-52.237-70 Contractor Communications 1330-52.243-70 Request for Equitable Adjustment (Oct 2017) 1330-52.270-304 NOAA Acquisition and Grants Office Ombudsman (Oct 2016).� FAR and CAR clauses and provisions are available on the Internet Website: https://www.acquisition.gov/ NAM clauses and provisions are available on the Internet Website: https://www.noaa.gov/organization/administration/nao-208-1-noaa-acquisition-handbook Evaluation Factors CAR 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures The Government intends to issue a Purchase Order (PO) resulting from this Request For Quotation (RFQ) to the compliant and responsible quoter whose quote results in the best value to the Government, considering both price and non-price factors utilizing a comparative evaluation pursuant to FAR 13.106-2(b)(3). �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. All evaluation factors other than cost or price, when combined, are slightly more important than cost or price.� Each response must at least at a minimum meet the solicitation requirements. The Government reserves the right not to award a PO for this requirement. The following factors will be used to evaluate quotations: Past Performance: The offeror shall provide evidence of their ability to complete the repair of the equipment IAW the specifications and requirements within the past 3 years on related PO�s and have been certified as a qualified repair vendor for this specific equipment for the NWS. These will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of all goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. Quoters must provide a list of NO MORE than three (3) references to whom the same or similar equipment has been repaired. The quoter must include the reference�s company name, company address, contact person�s name, valid phone number and email address and detailed contract information including contract number, quantity, price and date of completion or current status of work. Evaluation of past performance shall be based on the references provided, the Quoters recent and relevant procurement history with NOAA or its affiliates and/or any other available source of information available to the Government. A Past Performance Questionnaire (PPQ) may be sent by the Government, at its sole discretion, to the past performance references if deemed necessary. Data from the Past Performance Information Retrieval System (PPIRS) and/or any other available source of information, may be used at the Government�s discretion to supplement the references provided. Past performance of a similar scope, magnitude and complexity that demonstrates a minimum finding of satisfactory or higher by all considered sources will be found technically acceptable; however, past performance reports indicating greater than satisfactory may be deemed a better value to the Government. See attached Evaluation Factors. Technical Approach:� The quoter will be evaluated on how they intend to organize, staff and manage the contract and the means that will be used to accomplish the contract requirements, through the evaluation of the following sub factors (a through c) Specifically state the warranty on all repairs of the repaired equipment. The warranty shall be based on the date of acceptance by NRCs QC unit. The longer the duration of the warranty, NWS shall look upon them more favorably. Explanation of technical capabilities and qualifications to meet the requirements of the resulting PO and be certified as a qualified repair vendor for this specific equipment for the NWS. The greater the technical capabilities and qualifications, NWS shall look upon them more favorably. Provide a detailed production preparation schedule. The more detailed the schedule; NWS shall look upon it more favorably. Delivery Terms: The offeror�s quoted delivery terms will be evaluated. Provide a detailed production plan for the repair of the equipment including delivery timeframe (X weeks after the contractor�s receipt of a signed PO). The more detailed the plan; NWS shall look upon it more favorably. The sooner the equipment can be returned as well as pass acceptance by NRCs QC unit as meeting the requirements the better. Faster/earlier delivery terms will be evaluated more favorably but you shall be required to meet these delivery terms. There will be a penalty deduction of 2% for the first 14 days for late delivery and additional 5% for every 30 days late delivery thereafter. Price:� The offeror�s quoted price shall be all-inclusive firm fixed pricing, including return shipping costs, if applicable, IAW the specifications and requirements for this RFQ. 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.� Place of Acceptance is: National Reconditioning Center, 14200 Merritt Rd, Grandview, MO 64030. The Government will evaluate offers for award purposes by adding the total price for all lines which will include return shipping and any discount terms. Addendum to FAR provision 52.212-1 Instructions to Offerors � Commercial Items The offeror MUST submit all of the following information with their quote package in order to be considered compliant to this RFQ. Quote shall be in writing and valid for at least 30 calendar days from the closing of this posting. Include the expiration date on quote. Quote shall also include the following information: Company name and address, Unique Entity ID and associated CAGE code, Point of Contact with email address and telephone number. Also include in your quote: pricing which shall be inclusive of all costs including return shipping costs and product description for the line item listed above IAW the specifications listed. Delivery terms for the return to our facility of the repaired equipment. Must address all factors and sub-factors listed under Evaluation Factors CAR 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures. Complete, sign, date and attach if in agreement with the attached FAR provision 52.222-48 for this requirement. Your response to CAR clause 1352.209-74, Organizational Conflict of Interest � Warrant and Disclosure, attached. In order to be considered for award, you must submit a quote IAW the requirements listed above. If you do not submit all of the requested items you may be considered non-compliant. ***PLEASE SUBMIT ONLY THE INFORMATION REQUESTED ABOVE. THERE IS NO NEED TO SUBMIT ALL PAGES OF THIS SOLICITATION *** All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. For additional information and to register in SAM free of charge, please access the following website: https://www.sam.gov/� In order to register with SAM and to be eligible to receive an award from this office, all contractors must have an Unique Entity ID.� To learn more, access the following website: https://SAM.gov/content/entity-registration �Question Submission Interested offeror�s shall submit any questions concerning the solicitation at the earliest time possible to enable the Federal Government Contract Specialist, Adrian M. Hall or the Contracting Officer, Margie Sabbagh to respond before the closing of the notice.� Questions shall be submitted to the attention of adrian.hall@noaa.gov and Margie.Sabbagh@noaa.gov. No questions will be answered over the telephone. Quote Submittal Quotes, required information and documents shall be submitted by email to the email address nws.nrc.contract@noaa.gov ATTN: Adrian and Margie, no later than, January 31st 2023 at 12PM CT. Quotes shall be clearly marked with the Solicitation Number: NW-WG3401-23-043. Offeror�s are hereby notified that if their quotes are not received by the date, time and location specified in this announcement, it will not be considered by the agency. Telephone quotes will not be considered.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7144803a257f441fb95482713ae87c64/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06571612-F 20230126/230124230105 (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  © 1994-2020, Loren Data Corp.