Skip to main content

An official website of the United States government

You have 2 new alerts

NM-AN2120-22-01793 22_PC_S-Band Radar Replace

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Sep 07, 2022 11:45 am EDT
  • Original Date Offers Due: Sep 08, 2022 10:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 23, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Norfolk , VA 23510
    USA

Description

The National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations/Marine Operations Center NOAA Ship Pisces requires Replacement of failed S-band radar.

(II)       This solicitation is issued as a request for quotation (RFQ).  Submit written quotes on RFQ Number NM-AN2120-22-01793, NAME: NOAA Pisces S-Band Radar

(III)      The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07.

(IV)      This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 336611.  The small business size standard is 1,250 Employees. 

(V)       This specification contains requirements for providing containment boom for NOAA.

REQUIREMENTS:

4.1. Provide the services of a crane to remove the old S-band radar assembly located on top ofthe Pilot House and install the new GFM furnished S-band radar assembly. New S-band radar assembly is approximately 500 lbs with the following dimensions: 162-inches x 31 inches x 31 inches.

Note that the S-band radar is located above the Pilot House on the port side. The ship will be moored on the Starboard side. Crane must be located to avoid all mast and pilot house obstructions. See References 2.1 and 2.2 for guidance on radar distance and mast obstructions. Photographs are provided below for reference.

4.2. Procure the services of a certified Furuno technician to oversee replacement of the S-band radar assembly. All replacement work shall be completed under the direction of the Furuno technician. One possible source for a certified Furuno radar technician is provided below:

4.3. Using the crane and contractor provided support, tag-out, disconnect, and remove the old S-band radar assembly.

4.4. Install the new GFM furnished S-band radar assembly. Contractor is responsible for providing all onsite labor, hardware, consumables, or other support required to complete installation.

4.5. Commission and test the new S-band radar with the COR and ship’s ET.

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

 Period of Performance

 Preferred work dates 09/20/2022 - 10/01/2022

 Contract Period and work dates are subject to vessel schedule and location. PoP shall be between 09/20/2022 -12/01/2022

Place of Performance

Ship Scheduled Port or

Marine Operations Center – Atlantic

439 West York Street

Norfolk, VA 23510

1. The Request for Quote (RFQ) number;
2. The Name, Address, Telephone Number, and DUNS Number 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.

*** 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)

            b)Availability (Parts, Service Completion)

            c) Price (Base Price and Optional Price- Labor Hours, 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. 

(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 2200 hrs EST, September 8, 2022. 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)

            b)Availability (Parts, Service Completion)

            c) Price (Base Price and Optional Price- Labor Hours, 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