09/11/2025 AMENDMENTS 0003/0004/0005
1) ADDED PHOTO OF UNIT ER072UXX07 DATA PLATE
2) QUOTE DUE DATE EXTENSION: QUOTES ARE DUE MONDAY, SEPTEMBER 15, 10:00AM MDT
NO OTHER CHANGES.
DUE TO SYSTEM ISSUES, AMENDMENTS 0003 AND 0004 AND THE ATTACHED PHOTO DID NOT APPEAR TO POST.
END OF AMENDMENTS 0003/0004/0005
THIS IS A NEW REQUIREMENT. THERE IS NO INCUMBENT OR CURRENT CONTRACT.
COMBINED SYNOPSIS/SOLICITATION
Non-personal services to provide preventive maintenance for Eaton Uninterruptable Power Supply (UPS) units at the National Weather Service (NWS) Weather Forecast Offices (WFOs) in six (6) locations. The six (6) locations are: Pocatello, ID; Spokane, WA; Pendleton, OR; Las Vegas, NV; Elko, NV; and Eureka, CA.
(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 1305M325Q0293
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 (Aug 2025) (Deviation 2025-07) (May 2025).
(iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 811310. The small business size standard is $12.5M.
(v) This combined solicitation/synopsis is for purchase of the following commercial services:
CLIN 0001
SERVICES, NON-PERSONAL, TO PROVIDE ALL LABOR, EQUIPMENT, AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY TO PROVIDE PREVENTIVE MAINTENANCE SERVICES FOR UNINTERRUPTABLE POWER SUPPLY (UPS) UNITS FOR THE WEATHER FORECAST OFFICE LOCATED IN POCATELLO, ID, IN ACCORDANCE WITH THE STATEMENT OF WORK.
PERIOD OF PERFORMANCE: OCTOBER 1, 2025 THROUGH SEPTEMBER 30, 2026
CLIN 0002
SERVICES, NON-PERSONAL, TO PROVIDE ALL LABOR, EQUIPMENT, AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY TO PROVIDE PREVENTIVE MAINTENANCE SERVICES FOR UNINTERRUPTABLE POWER SUPPLY (UPS) UNITS THE WEATHER FORECAST OFFICE LOCATED IN SPOKANE, WA, IN ACCORDANCE WITH THE STATEMENT OF WORK.
PERIOD OF PERFORMANCE: OCTOBER 1, 2025 THROUGH SEPTEMBER 30, 2026
CLIN 0003
SERVICES, NON-PERSONAL, TO PROVIDE ALL LABOR, EQUIPMENT, AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY TO PROVIDE PREVENTIVE MAINTENANCE SERVICES FOR UNINTERRUPTABLE POWER SUPPLY (UPS) UNITS FOR THE WEATHER FORECAST OFFICE LOCATED IN PENDLETON, OR, IN ACCORDANCE WITH THE STATEMENT OF WORK.
PERIOD OF PERFORMANCE: OCTOBER 1, 2025 THROUGH SEPTEMBER 30, 2026
CLIN 0004
SERVICES, NON-PERSONAL, TO PROVIDE ALL LABOR, EQUIPMENT, AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY TO PROVIDE PREVENTIVE MAINTENANCE SERVICES FOR UNINTERRUPTABLE POWER SUPPLY (UPS) UNITS FOR THE WEATHER FORECAST OFFICE LOCATED IN LAS VEGAS, NV, IN ACCORDANCE WITH THE STATEMENT OF WORK.
PERIOD OF PERFORMANCE: OCTOBER 1, 2025 THROUGH SEPTEMBER 30, 2026
CLIN 0005
SERVICES, NON-PERSONAL, TO PROVIDE ALL LABOR, EQUIPMENT, AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY TO PROVIDE PREVENTIVE MAINTENANCE SERVICES FOR UNINTERRUPTABLE POWER SUPPLY (UPS) UNITS FOR THE WEATHER FORECAST OFFICE LOCATED IN ELKO, NV, IN ACCORDANCE WITH THE STATEMENT OF WORK.
PERIOD OF PERFORMANCE: OCTOBER 1, 2025 THROUGH SEPTEMBER 30, 2026
CLIN 0006
SERVICES, NON-PERSONAL, TO PROVIDE ALL LABOR, EQUIPMENT, AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY TO PROVIDE PREVENTIVE MAINTENANCE SERVICES FOR UNINTERRUPTABLE POWER SUPPLY (UPS) UNITS FOR THE WEATHER FORECAST OFFICE LOCATED IN EUREKA, CA, IN ACCORDANCE WITH THE STATEMENT OF WORK.
PERIOD OF PERFORMANCE: OCTOBER 1, 2025 THROUGH SEPTEMBER 30, 2026
(vi) Description of requirements is as follows:
See the attached Statement of Work which applies to Base Year, and Department of Labor Wage Rates:
1. WD 2015-5509 Revision 26 Dated 070825_Pocatello ID
2. WD 2015-5537 Revision 26 Dated 070825_Spokane WA
3. WD 2015-5589 Revision 29 Dated 070825_Pendleton OR
4. WD 2015-5593 Revision 29 Dated 070825_Las Vegas NV
5. WD 2015-5601 Revision 26 Dated 070825_Elko NV
6. WD 2015-5673 Revision 24 Dated 070825_Eureka CA
(vii) Date(s) and place(s) of delivery and acceptance:
Period of performance shall be:
October 1, 2025 through September 30, 2026
Places of Performance are:
Pocatello WFO
1945 Beechcraft Ave.
Pocatello, ID 83204
Spokane WFO
2601 N. Rambo Rd.
Spokane, WA 99224
Pendleton WFO
2001 NW 56th Dr.
Pendleton, OR 97801
Las Vegas WFO
7851 S. Dean Martin Dr.
Las Vegas, NV 89139
Elko WFO
3720 Paradise Dr.
Elko, NV 89801
Eureka WFO
300 Startare Dr.
Eureka, CA 95501
(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) and assigned rating does not apply.
(xv) Quotes are required to be received in the contracting office no later than 10:00AM MDT on THURSDAY, SEPTEMBER 11, 2025. All quotes must be submitted electronically via email to kerri.coffey@noaa.gov.
(xvi) Any questions regarding this solicitation should be submitted electronically via email to kerri.coffey@noaa.gov.
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)
1352.215-72 Inquiries (Apr 2010)
OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO KERRI.COFFEY@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 10:00AM MDT on TUESDAY, SEPTEMBER 9, 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 52.212-1 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. Quote documents shall include signed copies of the SF 18 and SF 30(s) to acknowledge the solicitation and any applicable amendments. Email quotes are required and can be sent to kerri.coffey@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.
3. Offerors shall assume that the Government has no prior knowledge of them or their capability.
4. Offerors must respond to and provide all documentation in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered.
1. Technical Approach and Capability
2. Past Performance
3. 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.
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 same or similar services 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 Work 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. PROVIDE A DETAILED DESCRIPTION OF OFFEROR'S EXPERIENCE PERFORMING SIMILAR SERVICES, AND INCLUDE A DESCRIPTION OF ANY EXPERIENCE PROVIDING MAINTENANCE SERVICES TO EATON UPS UNITS. 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. Price.
The Government intends to award a low priced, 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)