The Naval Oceanographic Office, Stennis Space Center, MS, intends to issue a sole source, fixed price purchase order to Western Environmental Technology Laboratories, Inc., 620 Applegate St, Philomath, OR, 97370. The requirement is for: the repair/calibration of fifty (50) C-STAR Transmissometers as detailed in the Statement of Work including two option years to calibrate and repair fifty (50) additional transmissometers each option year. Western Environment Technology Laboratories, Inc. is the manufacturer of the specified supplies. The components are not available from a third party. Delivery is requested as soon as practicable. FOB: Government Pickup. The Contacting Officer may exercise the option by written notice to the Contractor for Option One and Option Two within 30 days of the Option. The Government reserves the right to make one, multiple or no award resulting from this solicitation. The following FAR provisions and clauses are applicable to this procurement: FAR 52.212-1, Instructions to Offerors-Commercial Item; FAR 52.212-3 and its ALT 1, Offeror Representations and Certifications-Commercial Item; FAR 52.212-4, Contract Terms and Conditions-Commercial Item; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Item, and FAR 52.217-7, Option for Increase Quantity-Separately Priced Line Item. Quoters are reminded to include a complete copy of FAR 52.212-3 and its ALT I with quotes. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Item and DFARS 252.212-7001, DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate and 252.225-7001 Buy America Act and Balance of Payments Program.
The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, provides the lowest evaluated price for a product meeting or exceeding the acceptability standards set forth in the salient characteristics. The provision at FAR 52.212-2, Evaluation-Commercial Items is incorporated. The following factors shall be used to evaluate the offers: (a) technical capability of the item offered to meet the minimum needs of the Government and (b) price. General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFQ's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical quotation.
Any inquiries concerning this requirement are to be submitted in writing to the Contracting Officer within 5 calendar days after publication of this notice. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. See Note 22.
This announcement will close at 4:00 PM, CST on 19 November 2014. Quote is to be submitted to Will Garrett at [email protected].
Contractor shall provide Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractor must be registered in the SAM at www.sam.gov and Wide Area Work Flow at https://wawf.eb.mil to be considered for award. Quote shall include price(s), a point of contact, name and phone number, business size, and payment terms. Response must clearly indicate the capability of the offeror to meet all specifications and requirements.