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. This Combined Synopsis/Solicitation 1333MK25Q0113 constitutes a Request for Quotation (RFQ) which Incorporates provisions and clauses in effect through the Federal Acquisition Circular 2025-04.
The National Oceanic Atmospheric Administration (NOAA), Office of Marine & Aviation Operations (OMAO), Marine Operation Center (MOC), NOAA Ship Ferdinand Hassler, requires the following perform repairs to STBD main engine.
The solicitation is being issued as a total small business set-aside. The associated NAICS code is 336611 with a size standard of 1300 employees.
The SCA is exempted under Section 4(b) d. Maintenance, calibration, repair, and/or installation (not subject to the DBA, as provided in 29 CFR 4.116(c)(2) for all types of equipment where the services are
obtained from the manufacturer or supplier under a contract awarded on a sole source basis) (see 29 CFR 4.123(e)(2)(i)(D).
Quotes will be evaluated in accordance with FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021).
Responses are due by 13:00am EST/EDT on July 3 2025. There will be no exceptions to the time and date on which responses are due, unless determined otherwise by the Government.
Your response, technical, and pricing should be forwarded electronically to the Contracting Specialist via email no later than the date and time specified above. When responding, please include the Requisition number in the subject line. To verify receipt of your response, please contact me either by email or phone.
Christopher Baker
Christopher.Baker@noaa.gov
FIRM FIXED PRICE
CLIN 0001 – BASE PoP
Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for Provide the services of a certified CAT service provider to accomplish the work of this specification. at the NOAA Marine Operation Center Atlantic in Norfolk, VA, in accordance with the Statement of Work. Period of Performance 07/07/2025 through 07/15/2025.
CLIN 0002 – Growth Work CLIN under CAR 1352.271-72 Additional Item Requirements (AIR) – growth work (APR 2012).
The start date is an estimate and is subject to new funding approval processes.
STATEMENT OF WORK
INTENT:
Perform repairs on STBD Main Engine
REFERENCES:
Manual – SEBU7793-03 CAT 32 Operation Maintenance Manual
GOVERNMENT FURNISHED MATERIAL:
None
REQUIREMENTS:
Provide the services of a certified CAT service provider to accomplish the work of this specification.
Replace the cylinder head for cylinder #2 group. Replace cylinder #2 rocker arm and associated components.
QUALITY ASSURANCE:
Operate engine.
NOTES:
Location of work is at the Marine Operation Center – Atlantic 439 W York Street Norfolk, VA 23510
UTILIZATION OF FEDCONNECT® FOR CONTRACT ADMINISTRATION
The Department of Commerce will utilize the FedConnect® web portal in administering this award. The contractor must be registered in FedConnect® and have access to the FedConnect® website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect® questions please call the FedConnect® Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect®.
(End)
CAR 1352.215-72 Inquiries (Apr 2010)
OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO CHRISTOPHER.BAKER@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 12:00PM EST/EDT ON 7/3/2025. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.
(End of clause)
FAR 52.237-1 Site Visit (Apr 1984)
Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
(End of provision)
A site visit is highly recommended but not required. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please contact christopher.baker@noaa.gov to set up a time to visit the site. All questions during the site visit should be submitted electronically to Christopher.baker@noaa.gov. July 3 2025 is the only day open for site visit.
FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)
NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.
1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are required and can be sent to Christopher.baker@noaa.gov.
2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote and PAGE 1 of their SAM REGISTRATION.
3. Offerors shall assume that the Government has no prior knowledge of them or their capability.
4. Acknowledge any solicitation amendments (SF-30), if any.
5. For brand name requirements; Address the ability of meeting the requirements per the specifications with a detail material specification or data sheet, pictures of any requested supply item, and an Authorized OEM letter to sale, distribute or service their products.
6. Provide Copy of Liability Insurance for any services to be performed.
7. Provide at least two references for Jobs performed within the past three years that are same or similar in scope to this requirement.
8.Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered.
THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR’S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT.
FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021)
Offers will be evaluated based on price and the factors set forth in paragraph (a).
(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. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following;
1. Technical Acceptability/Capability.
Vendors quotes shall be evaluated by the customer to confirm it is Technically acceptable based on requirements in the statement of work.
2. Past Performance - Quote shall include at least two references from at least two separate contracts for similar and relevant recent services within the past two years including the name, phone number, full address, and e-mail address of the reference to demonstrate the offeror’s capability to successfully perform the services listed in the Statement of Work.
The offeror is required to fill out blocks 1-4 and send the attached Past Performance Questionnaire to the references provided by the offeror in their submission. The references should complete the Past Performance Questionnaire and then email it directly to (CS/CO email) by the closing date and time of this solicitation. The Government reserves the right to consider past performance report forms received after the due date and time of the solicitation, past performance questionnaires submitted from previous solicitations, and to contact references for verification or additional information.
The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency’s knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services.
Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A good past performance rating provides higher confidence than a neutral or satisfactory rating.
3. Certification from Caterpillar, Authorized Service Center listed on their website, or a letter from Caterpillar authorizing you to service their engine without voiding warranty.
4. Price (Firm Fixed, to include FOB Destination).
The Government intends to award a low priced, technically acceptable, single firm fixed-price purchase order on an all basis with payment terms of Net 30.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is 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, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
NAM 1330-17.203(b)
(1) Modify FAR 52.212-2 Evaluation – Commercial Items, FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award, or FAR 52.217-5 Evaluation of Options, as applicable, to include the following statement:
“Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers or quotations for award purposes by adding the total price for all options to the total price for the basic requirement to determine the total evaluated price. This includes options under FAR clause 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options will not obligate the Government to exercise the option(s).”
(2) Include the following statement in all solicitations and resultant contracts and orders:
“Inclusion of FAR clause 52.217-8, Option to Extend Services, in the solicitation and resultant contract is for use by the Government as outlined at FAR 37.111, Extension of Services. The option will be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise.”
(End of provision)
FAR 52.217-8 Option to Extend Services (Nov 1999) (remove if supply)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days.
(End of clause)
Inclusion of FAR clause 52.217-8, Option to Extend Services, in the solicitation and resultant contract is for use by the Government as outlined at FAR 37.111, Extension of Services. The option will be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise.
FAR 52.232-18 Availability of Funds (Apr 1984)
FAR 52.217-5 Evaluation of Options (July 1990)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
(End of provision)
This includes options under FAR clause 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options will not obligate the Government to exercise the option(s).
All responsible sources may submit a quotation which shall be considered by the Agency. Quotes must be submitted via electronic means (EMAIL) no later than July 3 2025, 1300, ED TO Christopher.baker@noaa.gov
The Government does not accept responsibility for nonreceipt of email. It is the Contractor’s responsibility to request a confirmation of the email receipt.
***All Questions must be submitted in writing to (EMAIL), by July 3, 2025. TELEPHONE INQUIRIES WILL NOT BE HONORED. ***
Contractors are encouraged to register with SAM.GOV vendor notification services as well as the interested vendors list for this acquisition. Quoters must be registered in the SAM,GOV database to be considered for this award. Registration is free and can be completed online at HTTP://WWW.SAM.GOV/. Page 1 of completed SAM.gov registration must be with quote package.
FOR additional Clauses and provisions please see attached STANDARD FORM 1449