United States - Switchboard Material for NOAA Ship Fairweather

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
15 May 2019
Opportunity publication date
02 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 01, 2019 2:52 pm

Switchboard Material for NOAA Ship Fairweather

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on the Federal Business Opportunities Website (FBO.gov).

The Request for Quotation (RFQ) number is 1305M219QNMAN0145. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) No. 2019-01, effective 12/20/2018. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The full text of the FAR, CAR, and NAM provisions and clauses noted within this synopsis/solicitation can be accessed on the internet respectively at: https://www.acquisition.gov/far, http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm, and https://www.ago.noaa.gov/acquisition/AcqManual/09_acquisitionmanualtableofcontents.html. This RFQ is 100% set aside for small business concerns. The associated North American Identification Classification System (NAICS) code is 335313, Switchgear and Switchboard Apparatus Manufacturing, with a business size standard of 1250 employees.

The National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division, 200 Granby Street, Norfolk, Virginia 23510, on behalf of Office of Marine and Aviation Operations (OMAO) requests responses from qualified sources capable of providing: switchboard material to include vendor to manufacture switchboard cabinets and install various electrical components for NOAA Ship Fairweather per the attached specification.

The date of delivery shall be no later than October 1, 2019; switchboard material price shall include all freight costs and delivered FOB destination. Equipment shall be boxed and crated for shipment including, securing loose parts, bills of material, etc. For estimating purposes, assume the delivery address is NOAA Ship Fairweather, 2002 SE Marine Science Drive, Newport, OR 97365-5275. However, once the installing shipyard is identified, it is anticipated the shipping address will change to that location. The Contractor shall store the switchboards and any additional equipment necessary until delivery for installation. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.

Following the shipyard’s installation of the Switchboards, the Switchboard Manufacturer’s Technical Representative shall be present for up to five days at the shipyard’s facility to approve the installation in accordance with the manufacturer’s requirements, commission the systems, and be present during ABS functional testing to the satisfaction of ABS and NOAA. The exact time shall be coordinated with the Contracting Officer’s Representative (COR) upon completion of shipyard installation of the switchboards.

This announcement will close at 4:00 PM EST on May 15, 2019.

 
CLIN

Description

Quantity

Unit

Unit Price

Total Price

0001

Switchboard Material for NOAA Ship Fairweather in accordance with attached specification
Shipping FOB destination included

1

EA

 

 

The following FAR provision and clauses are applicable to this procurement:

52.212-1 Instructions to Offerors - Commercial Items;

Addenda to 52.212-1 Instructions to Offerors – Commercial Items (OCT 2018)

1) Inquiries - Any questions regarding this RFQ must be sent electronically to Bridget Cofo at bridget.cofo@noaa.gov not later than 2:00 PM EST on May 8, 2019. Telephonic requests will not be honored. Vendors interested in submitting a quote in response to this RFQ are requested to provide their written quote, including all information required by this RFQ, not later than 4:00 PM EST on May 15, 2019 via email to bridget.cofo@noaa.gov. All responsible sources may submit a quote which shall be considered by the agency.

2) Quote Preparation
The following instructions apply for the submission of quotes:

a. Quotes shall be submitted in three separate volumes:
Volume I – Technical
Volume II – Past Performance
Volume III - Price

b. The technical volume shall not contain any reference to price. It is incumbent upon the vendor to provide a technical volume in sufficient detail to provide a clear and concise presentation that includes, but is not limited to, the technical requirements of the Request for Quote (RFQ).

c. The Government will evaluate quotes in accordance with the evaluation criteria set forth in FAR 52.212-2 of this RFQ.

3) Quote Instructions
a. Technical: Each vendor shall submit a technical submission that contains the following information:

i. Capability Statement (10 Page Limit) – Vendor shall describe its ability to adhere to the required delivery requirements as well as its capability to meet all the specifications of this requirement. To this end, the Technical Capability statement should be sufficiently specific, detailed and complete so as to clearly and fully demonstrate that the offeror has a thorough understanding of the requirements.
ii. Technical Drawing- Vendor shall provide a dimensioned outline drawing of the entire unit that includes the maintenance envelope for all maintenance.

b. Past Performance:
Past performance will be used as a means of evaluating the relative capability of the vendor to successfully meet the requirements of this solicitation. Vendors are required to provide information on no more than five (5) of the firm’s most recently completed contracts/orders (not to exceed five (5) years since completion) for like or similar work. Vendors may submit performance data regarding current contract performance as long as a minimum of one year of performance has been completed as of the closing date of this solicitation.

Each Vendor shall submit, in writing, information on past performance (Attachment 2). Vendors shall provide a detailed explanation demonstrating the relevance of the contract/order to the requirements of the solicitation. The Vendor is required to send Attachment 1, Past Performance Questionnaire, to those government and commercial activities provided by the vendor in their submission. The information shall be completed by the references who will then forward the completed questionnaires:

Bridget Cofo
Bridget.cofo@noaa.gov
U.S. Department of Commerce/NOAA/ERAD

The Government will not accept Questionnaires directly from the vendors, only Questionnaires submitted on time and from vendor’s references will be accepted.

The Government will conduct a past performance evaluation based upon the past performance of the vendor as it relates to the probability of vendor to provide the Government with quality service as covered within the solicitation.

Vendors are cautioned that the Government reserves the right to obtain information for use in the evaluation of past performance from any sources including sources outside of the Government. The Government will obtain whatever information it deems most relevant to the required effort by telephonic and/or written inquiry. This information may include Contractor Performance Assessment Reporting System (CPARS); Past Performance Information Retrieval System (PPIRS) reports, the Federal Awardee Performance and Integrity System (FAPIIS), or past performance information from any source.

The burden of providing thorough, complete, and relevant past performance information rests with the vendor. Any Past Performance Questionnaire(s) received at the Government office designated herein after the exact time specified for receipt of past performance information is "late" and may not be considered for evaluation. If the vendor possess no relevant past performance, it should affirmatively state so in the quote.

Vendors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A neutral rating will not be evaluated favorably or unfavorably. However, the submission with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous submission to the Government and thus, may be an unsuccessful submission when compared to the submissions of other Vendors having an satisfactory (or better) past performance.

c. Price: Pricing shall be submitted for all line items included in this solicitation. The vendor provided pricing for each CLIN will be added together to derive the overall evaluated price. Price will be evaluated for reasonableness.

***End of Addenda to 52.212-1***

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 quotes:

ï‚· Technical
ï‚· Past Performance
ï‚· Price

Technical Approach and Past Performance, when combined, are significantly more important than price. However, the Government will not award at significantly higher prices to only achieve slightly better performance. The Government will assess the benefits or better performance versus the added price through trade-off analysis. As non-price factors become equal-price becomes increasingly important.

c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

52.212-3 Offeror Representations and Certifications - Commercial Items;

Quoters shall include a completed copy of 52.212-3 with quotes. All clauses shall be incorporated by reference in the order.

52.212-4 Contract Terms and Conditions - Commercial Items;

PLACE OF ACCEPTANCE
NOAA Ship Fairweather
2002 SE Marine Science Drive
Newport, OR 97365-5272

NOAA/ERAD INVOICES (APR 2011)
Invoices may be submitted to the designated billing offices, in hard copy by mail or electronically via email to the CORs indicated. An electronic copy of invoices shall be submitted to the Contracting Office point of contact identified in any contract resulting from this solicitation: bridget.cofo@noaa.gov.

PAYMENT: Payment will be made by the designated payment office, which is Department of Commerce/NOAA Finance Office, Room 1204, 20020 Century Blvd., Germantown, MD 20874.

DATE OF DELIVERY: The delivery date shall be no later than 01 October 2019.

FAR 52.247-34 F.O.B. DESTINATION (NOV 1991)
FAR 52.204-13 System for Award Management Maintenance (Oct 2018)
FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)
FAR 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014)
FAR 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017)

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items;

The Contractor shall comply with the FAR clauses herein that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note)
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).
52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).
52.222-3, Convict Labor (June 2003) (E.O. 11755).
52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).
52.222-21, Prohibition of Segregated Facilities (Apr 2015).
52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
52.225-13, Restrictions on Certain Foreign Purchases (June 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 (Oct 2018) (31 U.S.C. 3332).
52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).
52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

Additional contract terms and conditions applicable to this procurement are:

CAR 1352.246-70 PLACE OF ACCEPTANCE (APR 2010)
CAR 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010)
CAR 1352.209-74 ORGANIZATIONAL CONFLICT OF INTEREST (APR 2010)
CAR 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010)
CAR 1352.201-72 Contracting Officer’s Representative (April 2010)
 (a) Mr. Adlai Sudborough is hereby designated as the Contracting Officer’s        Representative (COR). The COR may be changed at any time by the Government without prior notice to the contractor by a unilateral modification to the contract. Mr. Adlai Sudborough is located at: Marine Operations Center-Pacific, 2002 SE Marine Science Drive, Newport, OR 97265; Phone number: 541-867-8728; E-mail: adlai.sudborough@noaa.gov

(b) The responsibilities and limitations of the COR are as follows:
(1) The COR is responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract.
(2) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the express written prior authorization of the Contracting Officer. The Contracting Officer may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the contractor.

NAM 1330-52.237-70, Contractor Communications (Sep 2017)
NAM 1330-52.237-71, NOAA Government-Contractor Relations – Non-Personal Services (Sep 2017)
NAM 1330-52.237-72, Contractor Access to NOAA Facilities (Sep 2017)
NAM 1330.52-222-71, NOAA Sexual Assault and Sexual Harassment Prevention and
Response Policy Applicable to Crew Members of Vessels under NOAA Contract or Order (May 2018)
NAM 1330-52.270-304 NOAA Acquisition and Grants Ombudsman (Oct 2016):
Questions regarding this solicitation and contract language shall be directed to Rafael Roman, NOAA AGO Ombudsman, at Rafael.Roman@noaa.gov.
NAM 1330-52.203-71 NOTICE OF POST-GOVERNMENT EMPLOYMENT RESTRICTIONS (OCT 2015)
  By submission of an offer in response to a NOAA solicitation or acceptance of a contract, the contractor acknowledges the restriction on current NOAA employees regarding contact with offerors regarding prospective employment and the corresponding obligations for contractors who engage them. The contractor further acknowledges that it has provided notice to former NOAA employees who will provide service to NOAA under the contract of post-Government employment restrictions that apply to them. Such restrictions include, but are not limited to, those set forth in:
  (a) 41 U.S.C. § 2103 regarding contacts between a federal employee working on a procurement and an offeror about prospective employment;
  (b) 18 U.S.C. § 207 regarding the restrictions on former federal employees having contact with a federal agency on behalf of another person or entity concerning a specific party matter with which the former employee was involved as a federal employee or for which the former federal employee had official responsibility;
  (c) 18 U.S.C. § 207 regarding the restrictions on former senior employees and senior political employees from having contact with his former federal agency on behalf of another person or entity concerning any official matter; and
  (d) 41 U.S.C. § 2104 regarding the restrictions on a former federal employee involved in an acquisition over $10,000,000 from accepting compensation from a contractor.
                                                  
                                                  (End of Clause)

LIST OF ATTACHMENTS
The following attachments are hereby incorporated by reference and made a part of this solicitation and any resultant contract.

Attachment

Title

Number of Pages

1

Past Performance Questionnaire

5

2

Past Performance Information Form  
 

1

3

Procurement Specification Replacement Switchboard
NOAA Hydrographic Vessel FAIRWEATHER

 
10

 
  ***************End of Combined Synopsis/Solicitation***************

Opportunity closing date
15 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Commerce Eastern Acquisition Division - Norfolk United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?