SCHEDULE OF SUPPLIES AND/OR SERVICES
CLIN - Specification Work Item Title Unit Price Unit Qty Extended Price
0001 - Controller Upgrade for the Markey DESH 5 Winch to include parts and labor in accordance with the attached Statement of Work $ ________ JOB 1 $ _____________
0002 - Travel in accordance with the Federal Travel Regulations $ ________ Each 1 $ _____________
TOTAL BASE ITEMS (0001-0002): $____________________
Delivery is required F.O.B. Destination on board NOAA Ship GORDON GUNTER, 151 Watts Avenue, Pascagoula, MS 39567 during the period of January 1, 2011 through January 31, 2011. This procurement is 100% Set-Aside for Small Business. The resulting purchase order will be negotiated as a firm-fixed price Purchase Order.
Subject to the availability of funds.
Quotes must be submitted to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 12:00 P.M. EST August 13, 2010; any award resulting from this RFQ will be made based on price and meeting required delivery date. Quotes must be submitted electronically either by fax to 757-664-3642 or via e-mail to [email protected]. Inquiries will only be accepted via email to [email protected].
In order to comply with the debt collection improvement act of 1996, all contractors 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. The FSC for this is 1990 and the NAICS Code is 423830, small business size standard is 100 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) applies. FAR 52.212-3, Offeror Representations and Certification-Commercial Items (AUG 2009) -- Offerors must include a completed copy of its provision with their offer or complete only paragraph (b) of the provision if the offeror has completed the annual representation and certifications 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 (m) of this provision;
FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010) and the Addenda included herein apply.
The following additional terms and conditions apply and are incorporated by reference:
52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008)
1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010)
1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010)
1352.209-74 ORGANIZATIONAL CONFLICT OF INTEREST (APR 2010)
52.232-18 AVAILABILTY OF FUNDS
The following clauses are provided in full text:
1352.201-72 Contracting Officer's Representative (COR) (APR 2010)
(a) To be determined at award is hereby designated as the Contracting Officer's Representative (COR). The COR may be changed at any time by the Government without prior notice to the contractor by a unilateral modification to the contract. The COR is located at:
(b) The responsibilities and limitations of the COR are as follows:
(1) The COR is responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract.
(2) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the express written prior authorization of the Contracting Officer. The Contracting Officer may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the contractor.
(End of clause)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2010) applies, and the following additional FAR clauses cited in the clause at paragraphs (b) and (c) are applicable to this acquisition:
Paragraph b
(9) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644).
(19) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)).
(20) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126).
(22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
(23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d).
(34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).
Paragraph c
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007)
(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)
Machinery Maintenance Mechanic, WG-10, $21.38 Hr
(3) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009)