Federal Bid

Last Updated on 02 Jun 2012 at 8 AM
Combined Synopsis/Solicitation
Marine Illinois

Anti-Foulant Anode Sets for NOAA Ships HENRY B. BIGELOW, OSCAR DYSON, PISCES and BELL M. SHIMADA

Solicitation ID EA-133M-12-RQ-0423
Posted Date 16 May 2012 at 12 PM
Archive Date 02 Jun 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Commerce Noaa
Agency Department Of Commerce
Location Marine Illinois United states
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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA133M-12-RQ-0423. This synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-58.


The National Oceanic Atmospheric Administration (NOAA), Marine Operations Center - Pacific, Marine Engineering Branch, Newport, OR has a requirement for anti-foulant anode sets for NOAA Ships HENRY B. BIGELOW, OSCAR DYSON, PISCES and BELL M. SHIMADA.

The RFQ is set aside for small business. The associated North American Industry Classification Systems (NAICS) code is 811310, which has a size standard of $7.0 million average annual receipts.

Item 0001, Cathelco Anti-Foulant Anode Set, TZX-27 Copper Anodes for the NOAA Ship HENRY B. BIGELOW, 18 Each $ ______________

Item 0002, Estimated Shipping to NOAA Ship HENRY BIGELOW, 47 Chandler Street, Newport, RI 02841, 1 Lot $ ______________

Item 0003, Cathelco Anti-Foulant Anode Set, TZX-27 Copper Anodes for the NOAA Ship PISCES, 18 Each $ ______________

Item 0004, Estimated Shipping to NOAA Ship PISCES, 439 West York Street, Norfolk, VA 23510, 1 Lot $ ______________

Item 0005, Cathelco Anti-Foulant Anode Set, TZX-27 Copper Anodes for the NOAA Ship OSCAR DYSON, 18 Each $ ______________

Item 0006, Cathelco Anti-Foulant Anode Set, TZX-29 Iron Anodes for the NOAA Ship OSCAR DYSON, 2 Each $ ______________

Item 0007, Cathelco Anti-Foulant Anode Set, TZX-27 Copper Anodes for the NOAA Ship BELL M. SHIMADA, 18 Each $ ______________

Item 0008, Estimated Shipping for the NOAA Ship OSCAR DYSON and BELL M. SHIMADA, Marine Operations Center Pacific, 2002 SE Marine Science Drive, Newport, OR 97365, 1 Lot $ ___________

The required delivery date is September 28, 2012. All quotes shall be FOB Origin.

Vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (APR 2012), with its quote. [An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision.] Vendors shall refer to www.acquisition.gov to obtain a copy of FAR provision 52.212-3.

FAR 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/these address(es):
WWW.ACQUISITION.GOV
(End of Clause)

FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2012) applies to this acquisition with the following addenda:

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)
CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, ERAD, Attn: Robin Resweber, 200 Granby Street, 8th Floor, Norfolk, VA 23510; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230}
FAR 52.211-6, Name Brand or Equal (AUG 1999)

FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (APR 2012) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition:

(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012)
(6) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010)
(12) 52.219-6, Notice of Total Small Business Set Aside, (NOV 2011)
(16) 52.219-13, Notice of Set-Aside of Orders, (NOV 2011)
(23) 52.219-28, Post Award Small Business Program Representation (APR 2012)
(26) 52.222-3, Convict Labor, (JUN 2003)
(27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012)
(28 52.222-21, Prohibition of Segregated Facilities, (FEB 1999)
(29) 52.222-26, Equal Opportunity, (MAR 2007)
(31) 52.222-36, Affirmative Action for Workers with Disabilities, (OCT 2010)
(38) 52.223-18, Encourage Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
(40) (i) 52.225-3, Buy American Act -- Free Trade Agreements--Israeli Trade Act Certificate (MAR 2012)
(42) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008)
(47) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, (OCT 2003)

Responsible sources shall provide the following:
1. Price quote which identifies the requested items, unit price and extended price
2. Total price
3. Estimated delivery date if different than requested
4. Are items are imported?  If so, from what country?
5. Signed Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012)(Attached)
6. Prompt payment terms
7. Remittance address, Tax Identification number, Duns Number and Cage Code


No other additional contractual terms and conditions are applicable. In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR, contact the CCR website at www.ccr.gov/index.cfm. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number.

All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 12:00 P.M. EDT on May 18, 2012; any award resulting from this RFQ will be made based on technically acceptable, delivery date and price. Quotes must be submitted electronically either by fax to 757-664-3642 or via e-mail to [email protected] or [email protected]. The anticipated award date is on or about May 25, 2011. 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 inquiries pertaining to the solicitation in writing to [email protected] . Telephonic requests will not be honored.

 

Bid Protests Not Available

Similar Opportunities

Horton Alabama 15 Jul 2025 at 2 PM
Location Unknown 15 Jul 2025 at 9 AM (estimated)
Atlanta Louisiana 06 Oct 2025 at 4 AM