Waveguide Switches
The Department of Commerce/National Oceanic and Atmospheric Administration/National Environmental Satellite Data and Information Service (DOC/NOAA/NESDIS), intends to award a Purchase Order pursuant t... The Department of Commerce/National Oceanic and Atmospheric Administration/National Environmental Satellite Data and Information Service (DOC/NOAA/NESDIS), intends to award a Purchase Order pursuant to Simplified Acquisition Procedures under the authority of FAR Part 13. The requirement is to procure spare 13 Meter Logus Waveguide Switches for the NOAA Wallops Command and Data Acquisition Station (WCDAS) located in Wallops Island, Virginia. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and it being conducted pursuant to Acquisition Circular 2005-99 effective June 15, 2018 Part Subpart 12.6 and FAR Part 13. The Request for Quote (RFQ) number is 1333MD19QNEEB0017. The acquisition is being sought as an unrestricted set aside for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 334220 - Size Standard 1250. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Introduction/Background The Wallops Command and Data Acquisition Station (WCDAS) located in Wallops Island, Virginia, has a requirement for spare 13M Logus Waveguide Switches Part Number MS430BQL1X1. These switches will be used on 13M satellite antenna tracking systems located at WCDAS, 35663 Chincoteague Road, Wallops Island, Virginia 23337. The NOAA WCDAS use of these Waveguide Switches are to maintain the 13M antenna systems as per the manufacturer's specifications by using original equipment manufacturer (OEM) parts and materials to assure the proper operation and satellite communication. NOAA WCDAS must maintain spares used for on-site repairs as this antenna system is a critical asset for WCDAS mission operations. Scope of Work The purpose of this acquisition is to procure original equipment manufacturer (OEM) waveguide switches that meet the specifications of 13 meter antennas originally constructed. The purchase of these items is to satisfy the current deficiency of one switches in an active antenna and to meet minimum sparing requirements necessary to maintain full antenna operability. Further, this supports the requirement to maintain spare equipment on site which, in turn, avoids unnecessary down time for the operational equipment and decreases the risk of loss of critical weather data. Specifications: PN: MS430BQL1X1 Waveguide Switches for WR430 Series: Frequency: 1.70 to 2.60 GHz VSWR: 1.10:1 Max Insertion Loss: 0.05 dB Min. Isolation: 80dB Min. Flange Option: CPR-G Voltage Option: 115 VAC Switching Time: 500 mS Max. Material: Aluminum (RF Assy.) Finish: Iridite per MIL-C-5541; Paint Dull Black Enamel Pressure: 30 PSIG (RF Head Only) Drive Option: Latching Temp: Operating: -40 Deg. C to +85 Deg. C; Non-Operating: -55 Deg. C to +100 Deg. C Humidity: 0 to 100%, Fully Weatherized Contractor must include a waveguide switch drawing for evaluation. Delivery Requirements: The Government requirement for delivery is 10 weeks from the receipt of the order. Offer must include the contractor's delivery schedule to be ________________. (FOB: Destination) All Offers must be quoted per the Price Schedule CLin Template, as seen below: Pricing Schedule Per CLin Item No. Description Quantity Unit Unit Price: Total: Clin 0001 MS430BQL1X1 Waveguide Switch 2 EA WR430 Series per specifications as listed in the Statement of Need Non-Price Evaluation Factors: Non-Price Evaluation Factors: Award will be made to the responsible Contractor that offers the best value to the Government. Each quote shall be evaluated on an individual basis in accordance with the evaluation factors set-forth below. The factors are listed in order of importance: 5.1 Technical Specifications- Offeror shall meet all specifications as listed in 3.0 as outlined. Offeror must demonstrate the ability to conform to all solicitation instructions. 5.2 Delivery- The offer shall provide the best expedited delivery schedule to meet the Government's need. 5.3 Price- The offeror's Fixed Price CLINs shall be evaluated by the total Firm Fixed Price for this proposal. Fixed price proposals will be reviewed for reasonableness, affordability, and realism to determine whether they reflect an understanding of the requirement or any significant unbalanced pricing. Cost may play an additional role since considerations of cost in terms of best value and affordability may be controlling in circumstances where two or more proposals are otherwise adjudged equal or when a technically superior proposal is at a cost that the Government cannot afford. The following adjectival rating tables shall be used to rate the offers. Table 1 will be used to assign a rating to Factor 5.1. Table 2 will be used to assign a rating to Factor 5.2. The evaluator will use the appropriate table and select one of the adjectival ratings that most clearly reflect the assessment of the offer based on the established evaluation criteria. Price offers will not receive an adjectival rating but are considered. Table 1 - Factor 5.1 - Technical Specifications ACCEPTABLE (A) - The offer meets the stated requirements. The response is considered complete in terms of the basic content and level of information the Government seeks for evaluation. There is a reasonable probability of success to meet the quantity and quality requirements and little risk that this Offeror would fail. UNACCEPTABLE (U) - The proposal fails to meet the stated requirements. The response is considered deficient in terms of basic content and support the Government seeks for evaluation. The degree of risk is so high that there is little or no likelihood of success. Table 2 -- Factor 5.2 -- Delivery ACCEPTABLE (A) - The offer meets the stated requirements. The response is considered complete in terms of the basic content and level of information the Government seeks for evaluation. There is a reasonable probability of success and did improve the Government's expedited need of requirement for evaluation. MARGINAL (M) - The offer meets the stated requirement. The response is considered minimal in terms of the basic content and did not improve the Government's expedited need of requirement for evaluation. UNACCEPTABLE (U) - The proposal fails to meet the stated requirements. The response is considered deficient in terms of basic content and did not meet the Government's need requirement for evaluation. Security Requirements: No contractor access to facilities or equipment is required under this requirement-equipment delivered only and authorized in-house personnel install and configure the equipment in accordance with the FISMA system's configuration management procedures. WCDAS Technical Point of Contact: The WCDAS Technical point of contact for any questions, or issues that may arise during the performance of this contract is: Name: Albert McMath Address: NOAA CDA Station 35663 Chincoteague Road Wallops Island, VA 23337 E-mail: albert.j.mcmath.jr@noaa.gov Phone: 757-824-7316 (Direct) Clauses and Provisions Applicable to this Solicitation and Award: AA16-05 NOAA Acquisition and Grants Office OMBUDSMAN (BR) Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) Commerce Acquisition Regulation (CAR) provisions: CAR 1352.233-70 Agency Protests (APR 2010) {Fill-In paragraph "b": Department of Commerce, NOAA, NESDIS, Field Delegate 35663 Chincoteague Road, Wallops Island, VA 23337; fill-in paragraph "c": U.S. Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230} CAR 1352.233-71 GAO and Court of Federal Claims Protest The following FAR Provisions and Clauses are incorporated by reference: 52.232-40, Providing Accelerated Payments to Small Business Contractors. 52.212-1, Instructions to Offerors (OCT 2015) 52.212-3, Offeror Representations and Certifications- Commercial Items (APR 2016)52.212-4, Contract Terms and Conditions- Commercial Items (MAY 2015) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders- Commercial Items (MAR 2018) applies to this (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extend d in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). 52.219-28, POST Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013)(31 U.S.C. 3332). The following Far clauses are provided in full text: 52.252-2, Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/?q=browsefar 52.252-6, Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Commerce Acquisition Regulation (48 CFR Chapter 1352) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by references, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provision may include blocks that must be completed by the offeror and submitted with its quotation and offeror. In lieu of submitting text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/?q=bowsefar 52.252-5, Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation or contract of any Commerce Acquisition Regulation (48 CFR Chapter 1352) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.212-2, Evaluation-Commercial Items (Oct 2014) (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 following factors shall be used to evaluate offers: (1) The offerors capability to successfully perform the contract. 2) Price. (b) "Options" The Government will evaluate offers for award purposes by adding the total price for all options to the 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, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept and offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdraw is received before award. (End of Provision) In order to comply with the Debt Collection Improvement Act of 1996, All Vendors must be registered in the System for Award Management (SAM) to be considered for an award of the Federal contract. For information regarding registration in SAM, contact the SAM website at www.sam.gov . Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All questions pertaining to this RFQ must be submitted in writing to donna.l.cohee@noaa.gov (e-mail only) by 12:00PM EST on 5/14/2019. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 3:00PM EST on 5/15/2019; any award resulting from this RFQ will be made based on technical specifications, delivery and price. Quotes must be submitted electronically via e-mail to donna.l.cohee@noaa.gov . The anticipated award date is on or about 5/17/2019. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquires pertaining to the solicitation in writing to donna.l.cohee@noaa.gov . Telephonic requests will not be honored.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »