Combine Solicitation – Transducer System Design for NOAA Ship Thomas Jefferson
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Transducer System Design for NOAA Ship Thomas Jefferson
Classification Code: 20 - Ship and marine equipment
Solicitation Number: EA-133M-14-RQ-0591
Contact:
Setaside: Total Small BusinessTotal Small Business
Description:
Eastern Region Acquisition Division
20 - Transducer Installation System Design for NOAA Ship Thomas Jefferson NOTICE DATE:
NOTICE TYPE: REQUEST FOR QUOTES (RFQ)
NAICS: 541330 - Engineering Services
Contracting Office Department of Commerce,
ZIP Code 23510
Solicitation Number EA-133M-14-RQ-0591
Response Due
Archive Date
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 is being conducted pursuant to FAR Part 12 and Subpart 13.5. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-74 dated 5/30/2014. Should the Government issue an order resulting from this RFQ, it will be in the form of a written offer to the supplier and shall require the supplier's acceptance by notification to the Government, in writing, as defined at FAR 2.101. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
The RFQ is 100% set-aside for small business concerns. The associated North American Industry Classification System (NAICS) code is 541330, which has a corresponding size standard of
Provide the following contract line item numbers (CLINs):
CLIN 0001: Item 301: Transducer Installation System Design 1 JOB tiny_mce_marker___________________
Federal Acquisition Regulation (FAR) and Commerce Acquisition Regulation (CAR) provisions and clauses that are included in this solicitation are denoted by the applicable acronyms.
FAR CLAUSE 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (
(a) CAR 1352.246-70 PLACE OF ACCEPTANCE (
NOAA,
(g) NOAA/ERAD INVOICES (
Invoices may be submitted electronically to the COR; original invoices shall be submitted to the designated billing office as follows:
An electronic copy of invoices shall be submitted to the Contracting Office identified in this RFQ.
(i) PAYMENT: Payment will be made by the designated payment office, which is
(End of clause)
(q) 1. FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (
(r) CAR 1352.209-74 ORGANIZATIONAL CONFLICT OF INTEREST (
(v) CAR 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (
(w) CAR 1352.201-72 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (
(x) INSURANCE: The contractor shall maintain commercial insurance in compliance with local, state and federal laws and in amounts usual and customary to the type of work to be performed under the contract for the duration of the work. Contractor shall provide proof of such insurance to the Contracting Officer prior to commencing work under the contract. (End of clause) (y) CAR 1352.270-70 PERIOD OF PERFORMANCE (
(z) CAR 1352.271-73 SCHEDULE OF WORK (
Description Due Date Deliver To Ref. Bubble Sweep Down Report Within 4 weeks of award COR, Contracting Officer 3.1.4.a Preliminary Drawing of Locations Within 5 weeks of award COR, Contracting Officer 3.1.4.b Government review of Preliminary Drawing Within 1 week of receipt Final Drawings of the locations and fairing designs Within 3 weeks of NOAA acceptance COR, Contracting Officer 3.1.4.c ABS Approved drawings 30 days from Government Acceptance. (In the event that ABS goes past this timeframe it is the responsibility of the contractor to keep the Contracting Officer informed of such delays and current status of approval if requested) COR, Contracting Officer 3.1.4.c.4
(1) In accordance with Sections 536 and 537 of division B of Public Law 113-76 Consolidated Appropriations Act, 2014, none of the funds made available by Consolidated Appropriations Act, 2014 may be used to enter into a contract with any corporation that - (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government, or (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) By accepting this award or order, in writing or by performance, the offeror/contractor assures that - (a) The offeror/contractor is not a corporation convicted of felony criminal violation under a Federal law within the preceding 24 months. (b) The offeror/contractor is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of Clause) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (
***End of FAR CLAUSE 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (
FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (
(b) All references herein to "offerors" shall be construed as "vendors", and all references herein to "offers" or "bids" shall be construed as "quotes". Vendors responding to this solicitation shall submit written quotes in the English language. Quote shall be signed and dated, and shall include the typed or printed name of the person signing the proposal, including the signer's title. (b)(6) Vendors shall submit FIRM FIXED-
(e) The text of this paragraph is deleted and the paragraph is "Reserved".
The vendor shall submit their quote in two (2) Volumes or Sections: Business Solution and Price Solution. One original shall be submitted by the due date electronically to
Vendors shall assume that the Government has no prior knowledge of them and that it will base its evaluation on the information presented in the solution; as such, solutions must be fully self-sufficient and provide all necessary information for a comprehensive evaluation. Solutions must be sufficient to show how the vendor proposes to accomplish the effort described by the SOW, including a full explanation of the procedures and techniques to be followed.
The following volumes of material shall be submitted for each proposal, and shall be submitted in electronic versions: Volume I - Business Solution
Business Solution - Include comprehensive solution necessary to accomplish the design services described in the SOW, excluding any reference to price. Volume I shall be subdivided into the following factors:
A. Technical Approach B. Past Performance
The Business Solution shall be subdivided by the factors listed above and shall collectively be no more than 20 pages. Pages submitted above this page count will not be read or considered part of the evaluation. Each side of a single sheet of paper is considered a page, such that a single sheet of 8 1/2 X 11, is two pages of the 20 page total, exclusive of dividers and any single sheet front or back cover. Each page in this volume shall be separately numbered.
Volume II - Price Solution
Price Solution - The Price Solution shall be provided using the outline on page 1 provided in original and electronic copies, as follows:
* Price Solution
VOLUME I - BUSINESS SOLUTION
A. TECHNICAL APPROACH
The technical approach shall address each requirement described in the Statement of Work in sufficient detail to demonstrate a clear understanding of the design effort required therein. Specifically, the approach shall include a thorough discussion of how the vendor will approach the functional requirements in an effort for evaluation, design, and development of installation drawings and specifications for upgrading the underwater transducer suite on the NOAA Ship Thomas Jefferson during its dry dock availability in FY15.
The Government is particularly interested in how the vendor will plan the work to ensure accomplishment of the requirements within the schedule and how subcontractors, if any will be utilized. Vendor shall provide its best commercial design warranty to be offered with approach.
B. PAST PERFORMANCE
Vendors shall describe in paragraph form relevant performance on other contracts of similar size, content, and complexity to the work required of this RFQ that is not more than three (3) years old. The vendor shall articulate the relevancy of prior contracts to NOAA's stated requirements. The vendor is encouraged to provide information on problems or challenges encountered and how they were overcome or resolved. The vendor should not provide general information on its performance on the identified contracts; such information will be obtained from the references provided. The Government reserves the right to contact any government and private source in addition to those included with the quote. The vendor shall provide a minimum of three (3) and maximum of five (5) current/previous contracts that are not older than three (3) years. Each shall include the following: 1) Brief, but detailed description of services provided to include accomplishment, challenges, etc. 2) Contract number 3) Name and address of the Government agency or commercial entity 4) Point of contact with current phone number and e-mail address 5) Date of contract award 6) Period services were provided 7) Initial and current contract value.
The Government reserves the right to contact any government and private source in addition to those included with the quote.
VOLUME II -
The Price Solution shall be provided using the outline on page 1 and shall be inclusive of all phases of the effort which includes but not limited to personnel, materials, planning, coordinating, etc.
IT SECURITY REQUIREMENTS
The C&A requirements of clause 73 do not apply and a Security Accreditation Package is not required.
(f) The text of this paragraph is deleted and the paragraph is "Reserved".
(i) The full text of the FAR provisions and clauses noted within this synopsis/solicitation can be accessed on the Internet at https://www.acquisition.gov/far and CAR clauses and provisions and clauses noted within this solicitation can be accessed on the Internet at http://oam.eas.commerce.gov/CAPPS_car.html.
(j) ALL VENDORS shall provide their Data Universal Numbering System (DUNS) number, as issued by Dun and Bradstreet, along with their quotes. For information regarding how to obtain a DUNS Number, refer to the full text version of paragraph (j) of FAR Provision 52.212-1.
(m) CAR 1352.233-70 AGENCY PROTESTS (
FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (
Award will be made on the basis of the best value to the Government. Evaluation criteria include technical approach, past performance, and the price solution. Technical approach, and past performance, when combined, are significantly more important than the price solution.
The evaluation of the Business Solution factors are as follows:
In accordance with the "Instructions to Offerors" above, quotes will be evaluated on the information contained in the technical approach that demonstrates the degree of understanding by the vendor of the requirements of the Statement of Work at Attachment A.
In accordance with the "Instructions to Offerors" above, quotes will be evaluated on the vendor's demonstrated relevant past performance or affirmative statement that it possesses no relevant or no past performance. Relevant past performance is performance under contracts or efforts (within the past 3 years) that is of the same or similar scope, magnitude, and complexity to that which is described in the solicitation. This information will be used to assess the contractor's past performance history. Vendors without record of relevant past performance or for whom information on past performance is not available will be given a neutral rating.
(End of Provision)
***End of FAR PROVISION FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (
52.212-3 -- Offeror Representations and Certifications -- Commercial Items (
[List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) or this provision) as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in
***End of FAR PROVISION 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAY 2014)***
Link/URL: https://www.fbo.gov/spg/DOC/NOAA/EASC/EA-133M-14-RQ-0591/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 11139 |



Colquitt County grand jury indicts several drug suspects
Combine Solicitation – CGC HAMMER LEAD BALLAST & LEAD ABATEMENT IAW SOW
Advisor News
- Wellmark still worries over lowered projections of Iowa tax hike
- Wellmark still worries over lowered projections of Iowa tax hike
- Could tech be the key to closing the retirement saving gap?
- Different generations are hopeful about their future, despite varied goals
- Geopolitical instability and risk raise fears of Black Swan scenarios
More Advisor NewsAnnuity News
- How to elevate annuity discussions during tax season
- Life Insurance and Annuity Providers Score High Marks from Financial Pros, but Lag on User Friendliness, JD Power Finds
- An Application for the Trademark “TACTICAL WEIGHTING” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
- Annexus and Americo Announce Strategic Partnership with Launch of Americo Benchmark Flex Fixed Indexed Annuity Suite
- Rethinking whether annuities are too late for older retirees
More Annuity NewsHealth/Employee Benefits News
- Wellmark still worries over lowered projections of Iowa tax hike
- Families defend disability services amid health cuts
- RANDALL LEADS 43 DEMOCRATS IN DEMANDING ANSWERS FROM OPM OVER DECISION TO ELIMINATE COVERAGE FOR MEDICALLY NECESSARY TRANS HEALTH CARE
- Trump's Medicaid work mandate could kick thousands of homeless Californians off coverageTrump's Medicaid work mandate could kick thousands of homeless Californians off coverage
- Senator Alvord pushes back on constant cost increases of health insurance with full bipartisan support
More Health/Employee Benefits NewsLife Insurance News
- Gulf Guaranty Life Insurance Company Trademark Application for “OPTIBEN” Filed: Gulf Guaranty Life Insurance Company
- Marv Feldman, life insurance icon and 2011 JNR Award winner, passes away at 80
- Continental General Partners with Reframe Financial to Bring the Next Evolution of Reframe LifeStage to Market
- ASK THE LAWYER: Your beneficiary designations are probably wrong
- AM Best Affirms Credit Ratings of Cincinnati Financial Corporation and Subsidiaries
More Life Insurance News