54--FIBER GLASS FISH TANK REPAIR

Agency: COMMERCE, DEPARTMENT OF
State: Federal
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159872472634166
Posted Date: Apr 17, 2024
Due Date: Apr 22, 2024
Solicitation No: 1305M324Q0161
Source: Members Only
Follow
54--FIBER GLASS FISH TANK REPAIR
Active
Contract Opportunity
Notice ID
1305M324Q0161
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA
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: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 17, 2024 03:53 pm EDT
  • Original Published Date: Apr 16, 2024 12:47 pm EDT
  • Updated Date Offers Due: Apr 22, 2024 12:00 pm EDT
  • Original Date Offers Due: Apr 18, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 07, 2024
  • Original Inactive Date: May 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5430 - STORAGE TANKS
  • NAICS Code:
    • 332420 - Metal Tank (Heavy Gauge) Manufacturing
  • Place of Performance:
Description
COMBINED SYNOPSIS/SOLICITATION

FIBER GLASS FISH TANK REPAIR

(i)        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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

(ii)        This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1305M324Q0161.

(iii)        The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 (Feb 2024).

(iv)        This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 332420. The small business size standard is 750 employees.

(v)        This combined solicitation/synopsis is for purchase of the following commercial services:
CLIN 0001
Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for fiber glass fish tank repair at the Manchester Research Laboratory Building 13 in Port Orchard, WA, in accordance with the Statement of Work. Period of Performance date of award through 90 days.
(vii)        Date(s) and place(s) of delivery and acceptance:
Period of performance shall be:
90 days from Date of Award (DOA).
Place of Performance is 7305 Beach Drive Port Orchard, WA 98366.

(viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Solicitation/Contract/Order for Commercial Products and Commercial Services form SF1449 attachment.

(ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Solicitation/Contract/Order for Commercial Products and Commercial Services form SF1449 attachment.

(x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024), applies to this acquisition and can be found on the Solicitation/Contract/Order for Commercial Products and Commercial Services form SF1449 attachment. Offerors are advised to include a completed copy of the provision with its offer.

(xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Solicitation/Contract/Order for Commercial Products and Commercial Services form SF1449 attachment.

(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Feb 2024), applies to this acquisition apply can be found in full text on the Solicitation/Contract/Order for Commercial Products and Commercial Services form SF1449 attachment.

(xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Solicitation/Contract/Order for Commercial Products and Commercial Services form SF1449 attachment.

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

(xv) Quotes are required to be received in the contracting office no later than 12:00PM EST on 04/18/2024. All quotes must be submitted electronically via email to diamond.turner@noaa.gov.

(xvi) Any questions regarding this solicitation should be submitted electronically via email to diamond.turner@noaa.gov

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 support@fedconnect.net. There is no charge for registration in or use of FedConnect®.

(End)

1352.215-72 Inquiries (Apr 2010)
OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO DIAMOND.TURNER@NOAA.GOV QUESTIONS SHOULD BE RECEIVED NO LATER THAN 04/16/2024 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 diamond.turner@noaa.gov.
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.
3. Offerors shall assume that the Government has no prior knowledge of them or their capability.
4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria will not be accepted.
5. Quote shall include at least two references for similar services including the phone number, full address, and e-mail address. References will be checked. 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 contractor performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services.
The following minimum information shall be provided within contractor submitted references:
• Contract Number/Order Number
• Date of Contract Award
• Name and Address of the Government Agency or Commercial Entity
• Contract Type
• Annual Contract Cost
• Period of Performance
• Description of Work
• Valid name, phone number and e-mail address of Contracting Officer, Contracting Officer’s Representative or Prime Contractor (if company was subcontracted).
• In the description of work, quotes should provide a detailed explanation demonstrating the similarity of the contract, in terms of scope and size to the requirements of the solicitation for purposes of the relevancy review. Additionally, offerors should provide a brief description of work performed and results achieved; description of the methodology, tools, and processes utilized. In addition to the information requested above, offerors shall complete Blocks 1 through 4 on Page 1 of the Past Performance Questionnaire. The offeror is required to send the Past Performance Questionnaire to those Government and commercial activities provided by the offeror in their submission and e-mail the completed survey form directly to Diamond Turner at diamond.turner@noaa.gov by the DUE DATE OF THIS SOLICITATION.
The Government reserves the right to consider past performance report forms received after the due date of the solicitation and to contact references for verification or additional information. Vendors are cautioned that the Government reserves the right to obtain information for use in the evaluation of past performance from any sources including sources outside of the Government. The Government may obtain whatever information it deems most relevant to the required effort by telephonic and/or written inquiry. This information may include SAM.gov information, or past performance information from any source.
6. If proposed subcontractor past performance is provided as part of the two (2) of its most relevant contracts or efforts and type of work to be done by the subcontractor on the solicitation requirement must be stated. The offeror’s submittal shall clearly detail the aspects of the work in the solicitation that the subcontractor is proposed to perform. A Past Performance example which does not clearly detail the aspects of the work in the solicitation that the subcontractor is proposed to perform will not be evaluated.
If the prime offeror or intended subcontractor/partner submits a past performance example in which it served as a subcontractor, the prime/sub/partner shall clearly detail the work that it performed and the size (dollar value) of that subcontracted work only. A Past Performance example that does not differentiate between the overall contract effort and the subcontractor effort will not be evaluated. Subcontractor performance (either the vendor own subcontractor experience or proposed subcontractor’s experience) of major or critical aspects of this requirement will be considered the same as prime contractor past performance information for the vendor. Failure of offerors to provide the required information and level of specificity will result in the contract reference not being evaluated.
“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)
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.

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 factors are listed in order of importance and all factors are more important than price.

1.        Technical Approach and Capability.
The Offeror’s overall technical approach will be evaluated to assess the Government's level of confidence in the Offeror’s understanding of, approach to, and ability to successfully perform the requirements as described in the Statement of Work. Provide a detailed description of the company’s experience performing similar services. A detailed technical approach write-up describing how the Offeror will perform this service is required to be submitted with the quote regardless of whether a site visit was made or not. The technical approach write-up must not be a reiteration of the Statement of Work, but how your company plans on performing the tasks listed in the attached Statement of Work. (i.e. performance checklists, anticipated number of employees, anticipated hours at the facility and/or confirmation of supplies being provided, etc.)
2.        Past Performance.
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. Quote shall include at least two references from at least two separate contracts for similar and relevant services including the phone number, full address, and e-mail address.

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.

3.        Experience.
The offeror's background, experience, and qualifications will be assessed to determine the likelihood that that offeror can successfully perform the contract requirements and the degree of the risk of non-performance.
4.        Key Personnel.
The education, experience, and accomplishments of key personnel will be evaluated to determine the degree to which they possess the qualifications to perform their proposed duties under the contract.

5.        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.

The Government intends to award a trade-off, single 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)

Attachments/Links
Contact Information
Contracting Office Address
  • WESTERN ACQUISITION DIVISION 7600 SAND POINT WAY NE BLDG 1,
  • SEATTLE , WA 98115
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 16, 2024[Solicitation (Original)] FIBER GLASS FISH TANK REPAIR

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >