COMBINED SYNOPSIS/SOLICITATION
Preventative Maintenance Services - Auke Bay Laboratory - Juneau, Alaska
(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 1333MF25Q0036.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 (Jun 2025) (Deviation 2025-07) (May 2025).
(iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 561790 (Other Services to Buildings and Dwellings). The small business size standard is $9.0m or less in average annual receipts.
(v) This combined solicitation/synopsis is for purchase of the following commercial services:
CLIN 0001 – Base Period - Hourly
Services, non-personal, to provide all labor necessary for Preventative Maintenance Services at Auke Bay Laboratory in Juneau, Alaska, in accordance with the Statement of Work. Period of Performance 01-Aug-2025 through 31-Jan-2026.
CLIN 0002 – Base Period - Lot
Travel costs, actual - travel to Little Port Walter as needed for occasional maintenance duties
CLIN 1001 – Option Period - Hourly
Services, non-personal, to provide all labor necessary for Preventative Maintenance Services at Auke Bay Laboratory in Juneau, Alaska, in accordance with the Statement of Work. Period of Performance 01-Feb-2026 through 31-Jul-2026.
CLIN 1002 – Base Period - Lot
Travel costs, actual - travel to Little Port Walter as needed for occasional maintenance duties
(vi) Description of requirements is as follows:
See attached Statement of Work which applies to Base Period and Option Period 1, and Department of Labor Wage Rates: WD 5685, Revision No. 25, dated 22-May-2025, which can be found on: https://sam.gov/content/wage-determinations
Quotes shall be submitted on company letterhead or on a printed copy of the SF-18. Invoicing shall be submitted monthly in IPP.gov. IPP.gov is free for vendors to use and is the mandatory invoicing system for NOAA. Place of Performance is 17109 Pt. Lena Loop Road Juneau, Alaska 99801-8344.
(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 Request for Quote form SF18 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 Request for Quote form SF18 attachment.
(x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer, unless the offeror’s Reps & Certs
section on SAM.gov is accurate and current.
Per Deviation 2025-02/03: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Examples include 52.222-25, Affirmative
Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications— Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
(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 Request for Quote form SF18 attachment.
(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found in full text on the Request for Quote form SF18 attachment.
(xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment.
(xiv) Defense Priorities and Allocations System (DPAS) assigned ratings do not apply.
(xv) Quotes are required to be received in the contracting office no later than 1700 EDT on 11-Jul-2025. All quotes must be submitted electronically via email to jason.jenks@noaa.gov.
(xvi) Any questions regarding this solicitation should be submitted electronically via email to jason.jenks@noaa.gov.