Repair and reconditioning of 28 each Motor, DC Servo, NWS/ROC PN: 2200220-201, ASN: R400-2A1A1B1
ID: 142082-24-145Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAAKANSAS CITY, MO, 64106, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses for the repair and reconditioning of 28 DC Servo Motors, specifically part number 2200220-201. The objective of this procurement is to restore the motors to "like new" operating condition, ensuring they meet the original manufacturer's specifications and tolerances, which is critical for maintaining operational readiness in weather monitoring systems. Interested vendors must demonstrate their capability to fulfill these requirements, including providing a first article for inspection within 60 days after receipt of order, and must submit their quotes by September 20, 2024, at 3 PM CDT. For further inquiries, potential offerors can contact Marjorie Sabbagh at margie.sabbagh@noaa.gov.

    Point(s) of Contact
    MARJORIE SABBAGH
    (816) 926-3218
    (816) 926-3105
    margie.sabbagh@noaa.gov
    Files
    Title
    Posted
    The Federal Acquisition Regulation clause 1352.209-74 addresses organizational conflicts of interest (OCI) to ensure contractors and their subcontractors remain unbiased and do not gain unfair competitive advantages during contract execution. The clause outlines the contractor's obligations to warrant and disclose any potential conflicts of interest and requires immediate written notification to the Contracting Officer if such conflicts arise. It emphasizes the necessity for contractors to include similar provisions in subcontracts, obligating them to assess and mitigate any OCI risks. The Contracting Officer retains authority to terminate contracts to address OIC issues, and any misrepresentation may result in severe repercussions, including potential disqualification from future government contracts. Additionally, contractors can seek waivers for this clause, provided they submit a comprehensive justification. Overall, this clause seeks to maintain integrity and fairness within federal contracting processes.
    The document is a technical drawing specification for a Permanent Magnet DC Servo Motor intended for use in a WSR-88D Radar Operations Center. It outlines critical characteristics such as electrical requirements, operational specifications, and environmental conditions. The motor's features include a maximum operating speed of 2000 RPM, continuous torque of 8.8 FT-LBS, and a service life of 43,800 hours with regular maintenance. It also specifies the necessary torque and tacho characteristics and mandates the use of corrosion-resistant materials suitable for salt-laden environments. The design includes packing and shipping instructions to ensure protection against physical damage, along with suggested suppliers for the motor components. The procurement agency retains the right to conduct inspections to ensure compliance with specified requirements. This document is structured into sections that detail motor characteristics, reliability, part identification, and delivery requirements. Overall, the purpose is to provide manufacturers and suppliers with precise specifications to meet government standards for military and operational equipment.
    The document outlines the Trade Off Evaluation Scoring Technique for assessing offers in response to Requests for Quotations (RFQs) in government procurement. It specifies a system of adjectival ratings for both past performance and technical factors used to evaluate quotes. For past performance, ratings range from "Outstanding" (high expectation of success) to "Unacceptable" (low expectation of success), including a neutral category for insufficient information. Technical factor ratings also span from "Unsatisfactory" (does not meet minimum requirements) to "Very Good" (exceeds requirements), providing a comprehensive view of quoter capabilities. Each rating is informed by specific evaluative comments classified into strengths, weaknesses, and deficiencies. Reviewers are tasked with making recommendations for awards based on these evaluations. This structure ensures a detailed and objective assessment of potential contractors in line with federal and state/local procurement standards, promoting accountability and performance assurance in government contracting processes.
    The document outlines key Federal Acquisition Regulation (FAR) clauses relevant to government contracts, emphasizing the requirements for contractors in relation to the System for Award Management (SAM) and the maintenance of the Commercial and Government Entity (CAGE) codes. It delineates mandatory registration processes, the necessity for accurate reporting, and responsibilities for maintaining up-to-date information in SAM throughout the contract lifecycle. Furthermore, it addresses essential contract terms, including inspection and acceptance of supplies, payment terms, compliance with law and regulations, and procedures for assignment of rights. Contractors must comply with several specific clauses that implement various statutes and executive orders concerning labor standards, trafficking in persons, and other statutory obligations. Overall, the objective of the document is to ensure that contractors understand their obligations for registration as federal awardees and the ongoing compliance required regarding government property, contractual standards, and legal assurances. This framework is critical for the successful management of government contracts while ensuring transparency, accountability, and adherence to federal standards.
    The document outlines compliance requirements for vendors participating in federal procurement processes, particularly focusing on systems and representations required for RFPs (Requests for Proposals). Key provisions include registration in the System for Award Management (SAM) and obtaining unique entity identifiers and CAGE codes, which are essential for verifying entity legitimacy and eligibility to bid. It emphasizes the prohibition on using covered telecommunications equipment as per the John S. McCain National Defense Authorization Act and mandates disclosures related to such services. Furthermore, it establishes requirements for submission: signed offers, detailed descriptions of products, pricing, and certifications about small business status. The evaluation criteria prioritize price alongside technical approach and past performance. The document insists on accountability for compliance with various regulations, including procurement integrity and labor provisions. Ultimately, it serves as a comprehensive guideline to ensure fair competition, transparency, and security in federal acquisitions while driving vendor compliance with established standards and legal requirements.
    The provision titled "Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification" outlines criteria for offerors related to contracts involving specific services. It requires offerors to certify whether the equipment serviced is primarily used for government versus public purposes, whether services are priced at established catalog or market prices, and that employee compensation aligns with that of commercial service employees. If an offeror certifies as compliant, it may exempt them from certain labor standards, provided the Contracting Officer agrees. Failure to certify or notify the Contracting Officer when necessary may prevent contract awards. The document highlights adherence to labor standards within the context of federal contracts, focusing on maintenance services for specific equipment used in both government and commercial settings, ensuring fair pricing and employee treatment in service agreements. This relates closely to federal RFPs and grants, emphasizing compliance and accountability in procurement processes.
    The NOAA Acquisition Manual outlines the agency's policy to prevent sexual assault and sexual harassment in the workplace, ensuring a safe environment for all employees, contractors, and affiliates. Key definitions include sexual assault and harassment, which are specifically prohibited. Contractors are responsible for maintaining conduct standards and implementing comprehensive policies against these behaviors. They must provide training on prevention and response, with documentation of completion submitted timely. The document emphasizes the importance of prompt reporting of incidents and confidentiality concerning complaints. Additionally, robust remedies for violations include contract termination and potential removal of offending personnel. Other segments detail electronic payment submission requirements and clarity on contractor communications, reinforcing non-personal service relationships between contractors and the government. The overall purpose is to establish clear guidelines for preventing misconduct and outlining the requisite responsibilities and procedures for contractors in their dealings with NOAA.
    The document outlines a Statement of Work for the repair and reconditioning of NEXRAD Direct Current (DC) Servo Motors. The contractor is required to restore the motors to "Like New" operating condition, meeting specifications from the National Weather Service. This includes all aspects of repair such as parts replacement, inspection, labor, and shipping, with certain materials needing prior approval. Specific replacement components are detailed, including armature brushes and bearings, along with mandatory inspections for various motor parts. A warranty for one year post-acceptance is included, ensuring quality assurance testing prior to final acceptance. The document mandates comprehensive reporting for each repaired unit, documenting procedures and results. The vendor must ensure that the motors are adequately packaged for transport to prevent damage. This RFP underscores the federal government's commitment to maintaining operational readiness for critical weather monitoring equipment, necessitating meticulous repair standards and quality assurance processes in accordance with established specifications.
    Lifecycle
    Similar Opportunities
    150hp Four Stroke Outboard Engines
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of two 150hp Four Stroke Outboard Engines. The primary objective of this solicitation, numbered 1333MJ24Q0042, is to acquire these engines with specific technical and shipping requirements, including a delivery deadline of November 30, 2024, to Miami, Florida. These outboard engines are crucial for NOAA's operational capabilities, supporting various marine and environmental missions. Interested small businesses must submit their offers, ensuring compliance with the Buy American Act and other federal regulations, with all submissions due by the specified deadline. For further inquiries, potential bidders can contact Darrin Moore at darrin.moore@noaa.gov.
    NF- Small Boat Engine replacement
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repower of the NF-4 Dive Boat, a 23-H-RIB Northwind model. The project aims to replace the current Cummins QSD 4.2L engine, which has become difficult to maintain due to discontinued production, with a more reliable engine that ensures better accessibility to maintenance support and a consistent supply of spare parts. This repower is critical for maintaining operational readiness and compliance with U.S. Coast Guard regulations, as the vessel is essential for NOAA's field operations starting March 15, 2025. Interested contractors must submit proposals that include detailed material specifications and past performance references by the specified deadlines, and they can contact Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV or 757-317-0683 for further inquiries.
    150hp Four Stroke Outboard Engines Amendment 0001
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of two 150hp four-stroke outboard engines for the R/V GBN1 vessel. The solicitation, identified as number 1333MJ24Q0042, requires compliance with U.S. regulations, including the Buy American Act, and emphasizes specific technical requirements such as a fly-by-wire system and hydraulic steering. This procurement is crucial for maintaining NOAA's marine operations, ensuring that the vessel is equipped with reliable and efficient engines. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Darrin Moore at darrin.moore@noaa.gov.
    NOAA: R.M. Young Wind Monitor Supplies
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide various R.M. Young Wind Monitor supplies essential for environmental monitoring stations operated by its Center for Operational Oceanographic Products and Services (CO-OPS). The procurement aims to replenish and replace existing supplies, emphasizing the need for specific brand-name components to ensure compatibility with current systems, thereby avoiding significant costs and delays associated with alternative products. Interested offerors must submit their electronic quotes, confirming active registration in the System for Award Management (SAM), and adhere to the outlined submission requirements by the specified deadline. For further inquiries, potential bidders can contact Nikki Radford at nikki.radford@noaa.gov or Steven Prado at steven.m.prado@noaa.gov.
    Evaluation to repair and recondition services for 31 EACH RF DIGITAL ATTENUATOR, UNISYS PN: 1213640 (CAGE: 56232), KDI/TRIANGLE ELECTRONICS PN: DA-B48 (CAGE: 64537), ASN: R400-2A9AT4.
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking evaluation, repair, and reconditioning services for 31 RF Digital Attenuators, specifically Unisys PN: 1213640 and KDI/Triangle Electronics PN: DA-B48. The objective is to restore the equipment to like-new operating condition and ensure compliance with the original manufacturer's specifications and tolerances, with the possibility of returning any equipment that does not meet these standards to the vendor for rework at no additional cost to the government. This procurement is critical for maintaining the operational integrity of NOAA's equipment used in weather services. Interested firms must respond within five calendar days with their capabilities and relevant experience, and all submissions should be directed to Adrian Hall at NOAA via email or mail. The NAICS code for this requirement is 811210, and all contractors must be registered in the System for Award Management (SAM) to be eligible for the contract.
    61--MOTOR,DIRECT CURREN, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of direct current motors. The procurement involves a total of four units, with a Repair Turnaround Time (RTAT) of 120 days required for the restoration of the items to "A" condition, including packaging and shipment back to the Navy. These motors are critical components in various defense applications, underscoring the importance of timely and quality repairs. Interested contractors can reach out to Dillon Ketterman at 215-697-2995 or via email at DILLON.KETTERMAN@NAVY.MIL for further details regarding the solicitation.
    Atlantic Oceanographic and Meteorological Laboratory (AOML), Electrical Upgrade Project
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Electrical Upgrade Project at the Atlantic Oceanographic and Meteorological Laboratory (AOML) located in Key Biscayne, Florida. The project aims to replace aging electrical components, including transformers and panelboards, to enhance safety and operational efficiency, while ensuring compliance with applicable codes and environmental regulations. This total small business set-aside contract, with a budget ranging from $1 million to $5 million, requires contractors to provide all necessary labor, materials, and equipment, and to complete the work within 365 days. Interested parties must submit their proposals by September 25, 2024, and can direct inquiries to Heidi Washburn at heidi.washburn@noaa.gov or Jerrod Schleis at jerrod.schleis@noaa.gov.
    Evaluation, Overhaul, and New Manufacture of MK-82 and AN/SPS Motors
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is seeking contractors for the evaluation, overhaul, and new manufacture of MK-82 and AN/SPS-49 Direct Current Motors. The procurement aims to secure services for two specific part numbers, emphasizing the need for technical data requirements and configuration management in the overhaul and manufacturing processes. These motors are critical components in naval defense systems, and the contract will be structured as an Indefinite-Delivery-Indefinite Quantity (IDIQ) arrangement, with a minimum contract value of approximately $16.47 million over a five-year period. Interested parties must submit their proposals by the extended deadline of September 26, 2024, and can direct inquiries to Susan Eckerle at susan.k.eckerle.civ@us.navy.mil or by phone at 812-381-7159.
    61--MOTOR, 490HP,440VAC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure two units of a 490HP, 440VAC motor under a presolicitation notice. The procurement involves a specific National Stock Number (NSN 7H-6105-016230919-PP) and is intended for negotiation with a single source due to the unique nature of the required supplies, which are critical for naval operations. Interested parties are encouraged to express their interest and capability to fulfill the requirement, with a deadline for proposals set at 45 days from the notice publication date. For further inquiries, interested vendors can contact Joshua Eshleman at (717) 605-6055 or via email at joshua.j.eshleman@navy.mil.
    INTENT TO AWARD TO A SINGLE SOURCE - Daikin Applied Americas Inc
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to Daikin Applied Americas Inc for the overhaul and maintenance of a McQuay chiller located at the NOAA Main Laboratory in Pascagoula, Mississippi. The contractor will be responsible for providing all necessary parts, labor, and warranty to ensure the chiller operates reliably and efficiently throughout the year, with the overhaul scheduled to occur during the winter months of December 2024 through February 2025. This specialized service is critical as it involves proprietary technology and components unique to the McQuay brand, requiring factory-trained technicians for the complex overhaul process. Interested parties may submit documentation to Heather Mahle at heather.mahle@noaa.gov within 15 days of this notice if they believe they can meet the requirements, although no solicitation package is available.