Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:PMEL-20-00479
COMBINED SYNOPSIS/SOLICITATION Purchase of Lithium Battery System for Sensor Buoy (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpar...
COMBINED SYNOPSIS/SOLICITATION Purchase of Lithium Battery System for Sensor Buoy (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 synopsis/solicitation; proposals 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 PMEL-20-00479. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-02. (IV) This solicitation is being issued with a total small business Set-aside. The associated NAICS code is 335912 and the PSC code is PSC 6135. (V) This combined solicitation/synopsis is for purchase of the following commercial items: Lithium Batteries per drawing and specification (separately attached). Quantity of 4 (VI) Description of requirements is as follows: Per attached specification and drawing. (VII) Date(s) and place(s) of delivery and acceptance 07/03/2020, Shipping will be via Government Bill of Lading. (VIII) Questions must be emailed to the attention of Ben Carlson. The email address is Ben.Carlson@noaa.gov , 206-526-4321. THE FOLLOWING PROVISIONS AND ATTACHED CLAUSES APPLY TO THIS ACQUISITION FAR 52.204-7 System for Award Management FAR 52.212-1, Instructions to Offerors -- Commercial Items applies to this acquisition. FAR 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 (In descending order of importance): Technical Capability___________________________ Past Performance_____________________________ Price_______________________________________ FAR 52.212-3, Offeror Representations and Certifications – Commercial Items FAR 52.203-18 Prohibition of Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation FAR 52.225-2 -- Buy American Certificate. As prescribed in 25.1101(a)(2), insert the following provision: Buy American Certificate (May 2014) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American—Supplies.” (b) Foreign End Products: Line Item No.: Country of Origin: CAR 1330-52.222-70 Sexual Assault and Sexual Harassment Prevention and Response Policy CAR 1352.201-70 Contracting Officer’s Authority CAR 1352.209-73 Compliance with the Laws CAR 1352.209-74 Organizational Conflict of Interest CAR 1352.215-72 Inquiries CAR 1352.233-70 Agency Protests CAR 1352.233-71 GAO and Court of Federal Claims Protests CAR 1352.237-71 Security Processing Requirements - Low Risk Contracts CAR 1352.246-70 Place of Acceptance