Skip to main content

An official website of the United States government

You have 2 new alerts

AOC Headsets Brand Name

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Mar 20, 2023 07:01 am EDT
  • Original Date Offers Due: Mar 31, 2023 08:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 15, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5965 - HEADSETS, HANDSETS, MICROPHONES AND SPEAKERS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Lakeland , FL 33811
    USA

Description

The National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations/Marine Operations Center NOAA Aircraft fly a demanding schedule year round to meet the mission of NOAA and the country.  Aircraft are flown under demanding environmental conditions.  This requires high performance and high durability aviation headsets to meet that mission without undue replacing of headsets. The background of this statement of work is to obtain replacement aviation headsets to replace existing aging headsets as well as upgrade to more durable and better performance models that will increase the effectiveness of NOAA AOC’s Hearing protection program per AOC Policy 209-7, Personal Protective Equipment which is in line with 29 CFR 1910.95 (Occupational Safety and Health Standards).  This will decrease damage to the auditory health of pilots and reduce hearing loss.  Upgrading to the identified newer technology headset will also increase the clarity of all transmissions on our aircraft increasing overall safety and communications intraplane, interplane, and with Aircraft Traffic Controllers.

(II)       This solicitation is issued as a request for quotation (RFQ).  Submit written quotes on RFQ Number NM-AN2200-23-00809, NAME: NOAA AOC Headsets

(III)      The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.

(IV)      This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 336413.  The small business size standard is 1,250 Employees. 

(V)       This specification contains requirements for

Aviation headsets are required PPE during all phases of flights and are worn for approximately 750 hours per pilot per year.  Potential for hearing loss due to aircraft engine noise is great due to frequency of exposure and intensity of exposure.  Therefore it is critical that aviation headsets with active noise reduction are always available to NOAA pilots flying NOAA aircraft.

REQUIREMENTS

44 LIGHTSPEED ZULU 3 ANR HEADSET WITH BLUETOOTH-LEMO PLUGS: (No: 4065 - Zulu 3:P -Straight Cord, Single LEMO Plug, Panel Power)

44 Lightspeed Zulu 3 ANR Headset Refresh Kits

Delivery of all components to NOAA AOC by July 1st, 2023.

(VII)    Date(s) and place(s) of delivery and acceptance.

 Period of Performance

March 2023- July 1, 2023

NOAA Aircraft Operations Center,

3450 FLIGHTLINE DRIVE

LAKELAND FL 33811

Patrick Lawler 863-500-3863

1. The Request for Quote (RFQ) number;
2. The Name, Address, Telephone Number, and SAM Unique Identifier of the Offeror;
3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Quotes that reject the terms and conditions of the RFQ may be excluded from consideration; 
4. Acknowledgment of Solicitation Amendments (SF-30), if any.
5. Address the ability of meeting the requirements per the Specifications with a detail material specification or data sheet, pictures of the item, and authorized OEM letter to sale or distribute their products.

6. Please provide name, address, telephone number, SAM Unique Identifier, Cage #.

8. An itemized/detail breakdown cost of the quote that will reflect the entire price under this RFQ. (That would include if applicable the following: Material Cost, Labor, Travel, Freight/Delivery, Etc.).

9. A copy of the liability insurance (please ensure is up to date).(For Services Only)

10. Include statement specifying the extent of agreement with all terms, conditions, and provision included in the rfq. Quotes that rejects the terms and conditions of the RFQ may be excluded from consideration.

11. Please provide at least three detail jobs with references performed within the past three years that are the same or similar in scope onboard marine vessels.

12. Vendor shall provide a point of contact that includes name, telephone number, emails, contract value and a detail description of the work performed.

13. Vendor must be the OEM, Authorized distributor, and/or authorized service center for the goods/services offered in their quote. Authorization letter from the OEM or proof of being an authorized distributor is required,

*** The government will award a firm fixed price contract based on best value to the government, capability, availability and price. Price will be evaluated on base cost and optional cost. ***

"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".

CAM 1352.215-72 Inquiries (APR 2010)

OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO Christopher.baker@noaa.gov or link below

 https://app.smartsheetgov.com/b/form/8f2fba2d1dcf4bbca2ccd6c97a384cee

(End of clause)

(IX)   FAR 52.212-2, Evaluation – Commercial Items (https://www.acquisition.gov/far/part-52), applies to this acquisition.  Offers will be evaluated based on price and the factors set forth in paragraph (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

            a) Capability – (Past Performance, Details listed in quote, Authorized distributor/service center)

            b)Availability (Parts, Service Completion)

            c) Price (material cost,freight/shipping, markup fees)

The Government intends to award a best value trade-off, firm fixed-price purchase order on an all or none basis with payment terms of Net 30.  Past Performance shall only be reviewed for Service requirements.

(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).

(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)

PROVISIONS:

DEPARTMENT OF COMMERCE CLAUSES - FOR FULL TEXT OF A COMMERCE ACQUISITION REGULATION, CLAUSE OR PROVISION YOU MAY GO TO THE FOLLOWING WEBSITE,

https://www.ecfr.gov/cgi-bin/text-idx?SID=bf6e18a9476188ddcae1efa1cc9fcabd&mc=true&tpl=/ecfrbrowse/Title48/48cfr1352_main_02.tpl

CAR 1352.201-70, CONTRACTING OFFICER'S AUTHORITY (APRIL 2010)

CAR 1352.209-73, COMPLIANCE WITH THE LAWS (APRIL 2010)

CAR 1352.209-74, ORGANIZATIONAL CONFLICT OF INTEREST (APRIL 2010)

1352.233-70 Agency Protests (insert current date)

            (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 Fed. Reg. 16,651 (April 6, 1999)

            (b) Agency protests filed with the Contracting Officer shall be sent to the following address: Christopher Baker, 439 w York Street, Norfolk, VA 23510. Christopher.baker@noaa.gov

            (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: National Oceanic and Atmospheric Administration

601 East 12th Street

Kansas City, Missouri 64101

Bradley.willis@noaa.gov

            (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

Chief, Contract Law Division

Room 5893

Herbert C. Hoover Building

14th Street and Constitution Avenue, N.W.

Washington, D.C. 20230.

FAX: (202) 482-5858

(End of clause)

1352.233-71 GAO and Court of Federal Claims protests (https://www.acquisition.gov/car/part-1352-solicitation-provisions-and-contract-clauses)

(a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed.

(b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims.

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

U.S. Department of Commerce

Office of the General Counsel

Chief, Contract Law Division

Room 5893

Herbert C. Hoover Building

14th Street and Constitution Avenue, N.W.

Washington, D.C. 20230.

FAX: (202) 482-5858

(End of clause)

 (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.

Offers shall submit quotes electronically no later than 0800 hrs EST, March 31, 2023. Purchase Order will be issued after evaluation of quotes and made to the vendor whose quote is best value to the Government with regards to

            a) Capability – (Past Performance, Details listed in quote, Authorized distributor/service center)

            b)Availability (Parts, Service Completion)

            c) Price (material cost,freight/shipping, markup fees)

Contact Information

Contracting Office Address

  • OMAO FIELD DELEGATES 601 EAST 12TH STREET SUITE 1746
  • KANSAS CITY , MO 64106
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Apr 15, 2023 11:58 pm EDTCombined Synopsis/Solicitation (Original)