Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 4 AM
Solicitation
Christopher Illinois

MO-E Spare Zodiac FRB Sponsons

Details

Solicitation ID 1333MK25Q0110
Posted Date 01 Jul 2025 at 4 AM
Response Date 18 Jul 2025 at 4 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Not Specified
Location Christopher Illinois United states

Possible Bidders

Sikorsky Aircraft Corporation

Rochester Shelton Jacksonville West haven Stratford Bridgeport Jupiter Fort worth

Honeywell International Incorporated

Cockeysville Albuquerque Strongsville Metropolis Chesterfield Melville Cheshire New hyde park South bend Teterboro Wichita Largo Buffalo Suffield Redmond Sacramento Colonial heights Miami Honolulu Miramar Poway Metairie Tampa Danville Greer Hayward Kansas city Morris plains Bellevue Colonial heigh Tempe Mc lean Columbus Renton San antonio Charlotte Albany Anchorage Troy Fort washington Torrance Golden valley Boyne city Elizabeth Atlanta Olathe Mclean Earth city Dublin Fort lauderdal Saint louis Kingman Guaynabo Clearwater Chicago Portland Duluth Los angeles Sarasota Anniston Houston South hackensack Birmingham Morristown Vancouver Aguadilla Westbrook Tucson Broomfield Danbury Morrisville Northford Stratford Sioux falls Lakewood Freeport Fort lauderdale Santa clara West columbia Minneapolis Plymouth Phoenix Glendale Woonsocket Cleveland Rocky mount Oklahoma city San diego Richmond Saginaw Fort washingto Salt lake city Syosset Indianapolis Englewood Burbank Fargo Oak creek Omaha

Bell Textron Incorporated

Broussard Piney flats Lexington park Amarillo Huntsville Ozark Hurst Fort worth

General Electric Company

San juan Strongsville Pittsfield Rockwall Camden Lebanon Burlingame Fitchburg Compton Mt prospect Aurora Cincinnati Augusta Madison El monte Charlotte San antonio Boston Lanham Arlington Wilmington Anaheim Fairfield Philadelphia Hazelwood Sunnyvale Atlanta Baltimore Lynn Newark Fenton Kensington Liverpool Menasha Denver Syracuse Mansfield Saint louis Malvern Cherry hill New orleans Hopkins Pittsburgh Chicago Schenectady Portland Duluth Los angeles Salem Milwaukee Waukesha Fort lauderda Springfield Niskayuna Somersworth King of prussia North salt lake Houston Utica Boise San bernardin Birmingham Burlington Washington Erie Irving Hightstown Auburn Kng of prusia Mojave Corpus christi Brookfield Chattanooga Huntsville West chester Pleasanton Phoenix Rockville Hanover King of pruss Louisville Binghamton St louis Cleveland Little rock Richmond Carrollton Loveland Lynchburg Charleston Savannah Indianapolis Jacksonville Mount laurel Princeton Decatur Plainville Glen allen Columbia

Airbus Helicopters Incorporated

Columbus Grand prairie

Sign up to access Documents

Signup now
Point Of Contact Not Available
REQUISITION 1333MK25Q0110 This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in FAR SUBPART 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Combined Synopsis/Solicitation 1333MK25Q0110 constitutes a Request for Quotation (RFQ) which Incorporates provisions and clauses in effect through the Federal Acquisition Circular 2025-04. The National Oceanic Atmospheric Administration (NOAA), Office of Marine & Aviation Operations (OMAO), Marine Operation Center (MOC), (CUSTOMER), requires the following (Description/Title) The solicitation is being issued as a total small business set-aside. The associated NAICS code is 336612 with a size standard of 1,000 Employees. This is a supply requirement and wage determination is not applicable. However, Buy American, Trade Agreement is applicable. Quotes will be evaluated in accordance with FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021). Responses are due by 1200pm EST/EDT on July 18 2025. There will be no exceptions to the time and date on which responses are due, unless determined otherwise by the Government. Your response, technical, and pricing should be forwarded electronically to the Contracting Specialist via email no later than the date and time specified above. When responding, please include the Requisition number in the subject line. To verify receipt of your response, please contact me either by email or phone. Christopher Baker [email protected] FIRM FIXED PRICE CLIN 0001 Procure a stock of replacement OEM foam filled collar/sponsons for OMAO’s fleet of Zodiac H638 FRB’s. The foam filled specification is compatible with Miranda Davits and can be used by any ship in the fleet. Deliver NLT 12/31/25 All offered products must meet the requirements of Buy American-Supplies to be considered. Provide verification of the country of manufacture for offered products. Procure a stock of replacement OEM foam filled collar/sponsons for OMAO’s fleet of Zodiac H638 FRB’s. The foam filled specification is compatible with Miranda Davits and can be used by any ship in the fleet. Given the long lead time for materials and the need for OEM specific parts, three spare sponsons are being requested to have redundancy in place for the aging collars across the fleet. TECHNICAL SPECIFICATIONS: ¿ 3 EA Zodiac Hurricane H638 Foam Filled Collar. ¿ 3 EA Packaging in a wooden crate. ¿ Delivery Included DELIVERABLE SCHEDULE: Delivery NLT 12/31/25 PLACE OF PERFORMANCE or DELIVERY ADDRESS: ATTN: LCDR Benjamin Kaiser NOAA/OMAO/MO-E 2002 SE Marine Science Dr. Newport, OR 97365 UTILIZATION OF FEDCONNECT® FOR CONTRACT ADMINISTRATION The Department of Commerce will utilize the FedConnect® web portal in administering this award. The contractor must be registered in FedConnect® and have access to the FedConnect® website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect® questions please call the FedConnect® Help Desk at (800) 899-6665 or email at [email protected]. There is no charge for registration in or use of FedConnect®. (End) CAR 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO [email protected]. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 12:00PM EST/EDT ON July 18 2025. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are required and can be sent to [email protected]. 2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote and PAGE 1 of their SAM REGISTRATION. 3. Offerors shall assume that the Government has no prior knowledge of them or their capability. 4. Acknowledge any solicitation amendments (SF-30), if any. 5. For brand name requirements; Address the ability of meeting the requirements per the specifications with a detail material specification or data sheet, pictures of any requested supply item, and an Authorized OEM letter to sale, distribute or service their products. 6. Provide Copy of Liability Insurance for any services to be performed. 7. Provide at least two references for Jobs performed within the past three years that are same or similar in scope to this requirement. 8.Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered. THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR’S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) Offers will be evaluated based on price and the factors set forth in paragraph (a). The evaluation will consider the Non-Price Technical Solution (Technical Approach and Past Performance) to be significantly more important than price. However, as quotes are determined to be more equal in the non-price evaluation factor, price becomes more important and may become the determining factor for award. If, at any stage of the evaluation, all vendors are determined to have submitted equal, or virtually equal, Non-Price Technical Solutions, price could become the factor in determining which vendor will receive the award. The Government intends to evaluate the quotes and award a purchase order based on the Offeror’s initial quote; therefore, the Offeror’s initial quote should contain the Offeror’s best terms from a Non-Price Technical Solution and price standpoint. The Government reserves the right not to award a purchase order depending on the quality of the quote(s) submitted and the availability of funds. Furthermore, the Government may waive informalities and minor irregularities or omissions in quotes received. The Government may make award to other than the lowest-priced Offeror or the Offeror with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. The Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capability. (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. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following: 1. Brand Name - The foam filled specification must be compatible with Miranda Davits and can be used by any ship in the fleet; This brand name is a direct replacement of existing units. Zodiac of the North America is the regional distributor for all Zodiac OEM parts. They are able to provide the specific parts for NOAA’s customized Zodiac H638 FRB’s. Any other products offered must have certification from both manufactures (i.e. Zodiac, and Wing Inflatable/FAST) that the collar will be compatible with the H638 and will not restrict storage of the boat on a Miranda Davit. 2. Past Performance. Quote shall include at least two references from at least two separate contracts for similar and relevant recent services within the past two years including the name, phone number, full address, and e-mail address of the reference to demonstrate the offeror’s capability to successfully perform the services listed in the Statement of Work. The offeror is required to fill out blocks 1-4 and send the attached Past Performance Questionnaire to the references provided by the offeror in their submission. The references should complete the Past Performance Questionnaire and then email it directly to (CS/CO email) by the closing date and time of this solicitation. The Government reserves the right to consider past performance report forms received after the due date and time of the solicitation, past performance questionnaires submitted from previous solicitations, and to contact references for verification or additional information. The Offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency’s knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Offerors 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 good past performance rating provides higher confidence than a neutral or satisfactory rating. 3. Price. The Government will evaluate the price quote for completeness and reasonableness in relation to the RFQ requirements. Quoted prices must be entirely compatible with the Non-Price Technical Solution. 4. Warranty above and beyond the standard. 5. Delivery Date/Period of Performance considerations. The Government intends to award a trade-off, single firm fixed-price purchase order on an all basis with payment terms of Net 30. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Not applicable (c) A written notice of award or acceptance of an offer, 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. (End of provision) All responsible sources may submit a quotation which shall be considered by the Agency. Quotes must be submitted via electronic means (EMAIL) no later than SAM.gov Offer due date TO specified email address. The Government does not accept responsibility for nonreceipt of email. It is the Contractor’s responsibility to request a confirmation of the email receipt. ***All Questions must be submitted in writing to [email protected], by July 15, 2025 1200 ED. TELEPHONE INQUIRIES WILL NOT BE HONORED. *** Contractors are encouraged to register with SAM.GOV vendor notification services as well as the interested vendors list for this acquisition. Quoters must be registered in the SAM,GOV database to be considered for this award. Registration is free and can be completed online at HTTP://WWW.SAM.GOV/. Page 1 of completed SAM.gov registration must be with quote package. For additional Clauses and provisions please see attached STANDARD FORM 1449

Similar Awards

Location Unknown 16 Jul 2014 at 2 PM
J b p h h Hawaii 10 Apr 2014 at 6 PM
Location Unknown 18 Dec 2012 at 3 PM
Newport news Virginia 09 Jan 2015 at 6 PM
Location Unknown 09 Sep 2013 at 1 PM