Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2005 FBO #1193
SOLICITATION NOTICE

D -- OS COMET SOFTWARE MAINTENANCE

Notice Date
3/1/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024405T0371
 
Response Due
3/11/2005
 
Archive Date
4/10/2005
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-05-T-0371. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-27 and DFARS Change Notice 20050222. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is! 541519 and the Small Business Standard is $21.0m. This is a sole source continued maintenance support of the OS-Comet from Harris Technical Services Corporation (HTSC), Melbourne, FL. The maintenance support includes 24 hour, 7 days per week technical services, on-site software support, customer support via telephone and e-mail and technical upgrades. The period of performance is from 01 April 2005 through 31 December 2005 with four 12-month option periods. The software is required by the Naval Satellite Operations Center, Point Mugu, CA and is installed on the Integrated Satellite Control System across a distributed network. HTSC is the designer, developer and sole distributor of the software. The existence of copyrights and data proprietary to HTSC preclude any other source from providing the full range of services to meet the Navy?s needs. It has been determined that the required services are commercial items as defined in FAR 2.101. Solicitation and award will util! ize FAR Part 12 and 13.5 procedures. The Fleet and Industrial Supply Center, San Diego, Detachment Seal Beach requests responses from qualified sources capable of providing Maintenance Support: CLIN 0001 01 Apr 2005 thru 31 December 2005 CLIN 0002 01 January 2006 thru 31 December 2006 CLIN 0003 01 January 2007 thru 31 December 2007 CLIN 0004 01 January 2008 thru 31 December 2008 CLIN 0005 01 January 2009 thru 31 December 2009. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-1! 9, Child Labor ? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-! 7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea Alt III 252.247-7024, Notification of Transportation of Supplies by Sea. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within ten days after date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quote, which shall be considered by the agency. Quotes must be received no later than 1:00 PM, local time 11 March 2005 and will be accepted via fax 562-626-7275 or vi! a e-mail cindy.tafoya@navy.mil.
 
Web Link
Click here to get more information about FISC, San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00760508-W 20050303/050301212434 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.