***AMENDMENT 1: Required due date is extended to 9/4/2025 by 3PM MDT***
***AMENDMENT 2: Required due date is extended to 9/10/2025 by 10AM MDT***
COMBINED SYNOPSIS/SOLICITATION
Purchase and Installation of Climate Control System for the National Weather Service (NWS) Eastern Region (ER) Weather Forecast Office (WFO) locations. Gray, Maine – Wilmington, Ohio – Morehead City, North Carolina
(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 1305M325Q0276.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 (August 2025).
(iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 333415. The small business size standard is 1,250 employees.
(v) This combined solicitation/synopsis is for purchase of the following commercial services:
CLIN 0001 – Purchase and Installation of Climate Control System for the NWS WFO in Gray, Maine in accordance with the Statement of Need.
CLIN 0002 - Purchase and Installation of Climate Control System for the NWS WFO in Wilmington, Ohio in accordance with the Statement of Need.
CLIN 0003 - Purchase and Installation of Climate Control System for the NWS WFO in Morehead City, North Carolina in accordance with the Statement of Need.
Please provide verification of the country of manufacture for offered products.
(vi) Description of requirements is as follows:
See attached Statement of Need for complete details and specifications.
(vii) Date(s) and place(s) of delivery and acceptance:
Period of performance shall be: Date of Award through November 30, 2025
Place of Performance is
- NWS Weather Forecast Office – Gray, ME (GYX)
Gray/Portland, ME
1 Weather Lane
Gray, ME 04039
- NWS Weather Forecast Office – Wilmington, OH (ILN)
1901 South State Route 134
Wilmington, OH 45177
- NWS Weather Forecast Office – Morehead City, NC (MHX
533 Roberts Rd
Newport, NC 28570
(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 SF1449 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 SF1449 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 SF1449 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 SF1449 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 SF1449 attachment.
(xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF1449 attachment.
(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.
(xv) Quotes are required to be received in the contracting office no later than 12:00PM MST/MDT on 09/02/2025. All quotes must be submitted electronically via email to Nicholas.g.brown@noaa.gov.
(xvi) Any questions regarding this solicitation should be submitted electronically via email to Nicholas.g.brown@noaa.gov NLT 8/27/2025 by 12:00PM MST/MDT.
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®.
1352.215-72 Inquiries (Apr 2010)
OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO Nicholas.g.brown@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 8/27/2025 by 12:00PM MST/MDT. 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.
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.
Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Quote documents shall include signed copies of the SF 1449 and SF 30(s) to acknowledge the solicitation and any applicable amendments. Email quotes are required and can be sent to Nicholas.g.brown@noaa.gov.
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.
Offerors shall assume that the Government has no prior knowledge of them or their capability.
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.
1. Technical Acceptability/Capability.
2. Past Performance.
3. Specification Sheet.
4. Price.
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.
***The government reserves the right to award up to three contracts off of this solicitation, one for each of the WFO sites. Quoters are only required to provide a quote for one of the sites, but quoting more than one site is allowable. Quotes will be evaluated for each individual site. The government also reserves the right to not award a contract for a particular site if no acceptable quote is received.***
This is a brand name or equal requirement. Please see list of approved equipment in the Statement of Need. It is also possible to submit equipment for approval as part of the solicitation process, see SON for details.
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 pass/fail criteria;
1. Technical Acceptability/Capability.
Quote shall include a statement demonstrating the offeror’s capability to perform the required scope of work, including relevant experience for the similar services, involving similar equipment, within the past two years and the offeror’s understanding of the requirement. The statement must not be a reiteration of the Statement of Work. Failure to address the full requirements of the Statement of Need will be considered a fail and the quote will not be accepted.
2. Past Performance.
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.
3. Specification Sheet. Offeror must provide specifications for all equipment quoted in the proposal.
4. Price.
The Government intends to award a low price technically acceptable, single firm fixed-price purchase order on an all or none 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)