Federal Bid

Last Updated on 25 Sep 2014 at 10 AM
Combined Synopsis/Solicitation
Atlantic Pennsylvania

Niskin Water Bottles

Solicitation ID NRMAD000-14-01146
Posted Date 05 Sep 2014 at 6 PM
Archive Date 25 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Commerce Noaa
Agency Department Of Commerce
Location Atlantic Pennsylvania United states

This solicitation is being issued as Request for Quote (RFQ).  Written quotes are being requested.  This is a combined synopsis/solicitation.  This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.  This is a solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division-Kansas City (EAD-KC), 601 East 12th Street, Room 1734, Kansas City, MO 64106.  The requirement is to provide four (4) sets of 36 Niskin Water Bottles plus spares for each.  Please see attached design drawings and specifications.

This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76.  This procurement is set-aside 100% for small business and the associated NAICS code is 332710 with a size standard of 500 employees. All items under this contract shall be FOB Destination and the place of acceptance is NOAA/Atlantic Oceanographic & Meteorological Laboratory  (AOML) located in Miami, FL 33149.

 

EAD-KC requires that all contractors to be eligible for award, the quoter must be registered in the System for Award Management (SAM.gov) database and complete the “Core Data”, “Assertions”, “Representations and Certifications”, and “Points of Contact”.  No award can be made to a company not registered in SAM. 

 

For more information on SAM.gov please view:

http://www.acquisition.gov/SAM_Guides/Quick%20Guide%20for%20Contract%20Registrations%20v1.pdf

 

For additional information and to register in SAM, please access the following web site: http://www.sam.gov.  

 

In order to register, all firms must have a Dunn & Bradstreet Number.  A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. 

 

CLAUSES AND PROVISIONS

 

The following FAR (52) and CAR (1352) clauses incorporated into this solicitation:

     52.204-7, System for Award Management (July 2013)

     52.204-8, Annual Representations and Certifications (Jan 2014)

     52.204-13, System for Award Management Maintenance (July 2013)

     52.213-4, Terms and Conditions Simplified Acquisitions (Other than Commercial Items) (Jan 2014)

     52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)

     52.219-28, Post Award Small Business Program Representation (July 2013)

     52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)

     52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)

     52.243-1, Changes-Fixed Price (Aug 1987)

     FAR 52.252-1, Solicitation Provisions Incorporated by Reference

Fill ins-http://farsite.hill.af.mil/vffara.htm for the FAR and http://farsite.hill.af.mil/vfcara.htm for the CAR (Feb 1988)

     FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984)

     1352.201-70, Contracting Officer’s Authority (Apr 2010)

     1352.209-73, Compliance with the Laws (Apr 2010)

     1352.209-74, Organizational Conflict of Interest (Apr 2010)

     1352.213-71 Instructions for Submitting Quotations under the Simplified Acquisition Threshold-Non Commercial (APR 2010)

     1352.233-70 Agency Protests (Apr 2010)

(a) An agency protest may be filed with either: (1) The contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 FR 16,651 (April 6, 1999).

(b) Agency protests filed with the Contracting Officer shall be sent to the following address:  

    Steven Prado, NOAA, EAD-KC

    601 East 12th Street, Room 1734

   Kansas City, MO  64106

(c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address:

    U.S. Department of Commerce Office of the General Counsel Chief

    Attn:  Lauren Diduik

    Contract Law Division, Room 5893

    Herbert C. Hoover Building

    14th Street and Constitution Avenue N.W

    Washington, D.C. 20230

    Fax: (202)482-5858

(d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority.

(e) Service upon the Contract Law Division shall be made as follows:

    U.S. Department of Commerce

    Office of the General Counsel

    Lauren DiDuik, Chief Contract Law Division

    Room 5893

    Herbert C. Hoover Building

    14th Street and Constitution Avenue, NW.

    Washington, DC 20230

    FAX: (202) 482–5858.

                    (End of clause)

     1352.233-71 GAO and Court of Federal Claims Protests (Apr 2010)

 

To access a copy of the above clauses and provisions, you can visit http://farsite.hill.af.mil/vffara.htm for the FAR and http://farsite.hill.af.mil/vfcara.htm for the CAR. 

 

SPECIFICATIONS is an attachment to this announcement.

DESIGN DRAWINGS is an attachment to this announcement.

PRICE/QUOTE:

The Government intends to make an award to the responsive responsible quoter offering the lowest evaluated quotation price that meets or exceeds the acceptability standards of the non-cost factors.

Quotes submitted in response to this notice shall include the following factors on a pass/fail basis in order to be considered responsive to this request:

1.       1.  Pricing (per unit and grand total) for each of the items listed on the attached specifications product listing.

2.      2.  Offeror Representations and Certifications (complete FAR 52.212-3) or certify completion in SAM at https://www.sam.gov/portal/public/SAM).

3.       3.  Provide your DUNS Number      

4.       4.  Past Performance References (no more than 3):  The offeror’s past performance on related contracts will be used to 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.  Past performances references shall include the following information:  company name, address, contact person’s name, phone number and e-mail address and the date of completion of that work.

5.       5. Your response to CAR 1352.209-74(c), Organizational Conflict of Interest

6.       6.  Mark (2)(a) and (2)(b) on the last page of this document.

7.       7.  Your estimated date of delivery for all items listed in the attached specifications product Listing

A successful quotation will contain the quotation and items 1-7 listed above for quotation evaluation.

Quotations must be submitted signed and dated no later than 2:00 PM (Central) on September 10, 2014 to James Moore via email only.  James Moore’s email address is [email protected]


 

Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) {March 2014}

 

(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 funding 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 has 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) The Offerer represents that, as of the date of this offer -

 

(a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

 

(b) It is [ ] 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 provision)

Bid Protests Not Available

Similar Past Bids

Marine Illinois 04 Sep 2014 at 3 PM
Loop Texas 11 Sep 2014 at 7 PM
Loop Texas 16 Sep 2014 at 6 PM
Atlantic Pennsylvania 10 Aug 2016 at 2 PM

Similar Opportunities

Location Unknown 14 Feb 2026 at 5 PM
Gaithersburg Maryland 16 Jul 2025 at 8 PM
Location Unknown 21 Nov 2025 at 5 AM (estimated)
Gaithersburg Maryland 10 Jul 2025 at 4 PM