Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2006 FBO #1740
SOLICITATION NOTICE

R -- GEODETIC ANALYSIS AND PROGRAM SUPPORT

Notice Date
8/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NCNL1000600006
 
Response Due
9/15/2006
 
Archive Date
9/30/2006
 
Description
This a combined synopsis/solicitation for commercial services prepared in accordance with Subpart 12.6 and Part 13 of the Federal Acquisition Regulation, as supplemented with additional information included in this notice. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION. Quotes are being requested and a written solicitation will not be issued. Solicitation number NCNL1000600006 is issued as a Request of Quotations. The U.S. Department of Commerce, NOAA/NOS National Geodetic Survey Office has a requirement for a contractor to perform the following tasks: (1) Establish and operate 16 Continuously Operating Reference Stations (CORS) throughout the coastal Parishes of Southern Louisiana. Manage and operate the expanded coverage network through April 2007, (2) Develop a Pilot Real-Time Kinematic Network (RTK) in Southeast Louisiana Plan, develop and make functional a PILOT RTK Network covering southeastern Louisiana centered on New Orleans. (3) Provide Training to State, local, and private agencies including the coastal Parishes of Louisiana in using Geodetic technology and analysis, operating in conjunction with the NGS and using only NGS prescribed technology, standards and procedures. Purchase geodetic equipment and supporting software, and hardware needed to accomplish the tasks as described above. And (4) Provide experienced personnel to accomplish the scope of work with a minimum or no overtime. The North American Industry Classification System Code (NAICS) is 541990. The resulting purchase order shall be negotiated on a firm fixed price. Details regarding the deliverable of this requirement are listed in the attached Statement of Work entitled, Geodetic Analysis and Program Support, dated August 17, 2006. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach -- The likelihood of effectively meeting the requirements; 2) Past Performance -- The relevance and quality of prior performance; and 3) Price -- The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) Conspicuously striking in eminence; Good (G) Beneficial and worthwhile; sound and valid; Adequate (A) ? Reasonably sufficient and suitable; Marginal (M) Minimally suitable at the lower limit. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-12. Federal Acquisition Regulation (FAR) provision 52.213-1, Instruction to Offerors-Commerical, applies to this acquisition. Complete FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders/Commercial Items applies to this acquisition and FAR Clause 52.232-1, Payments. Interested contractors are hereby advised that contractors shall be registered in the Central Contractor Registry (CCR) at the following website: http://www.ccr.gov. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to submit a written and electronic response to be received no later than 12:00 (noon) (EST), Monday, September 14, 2006, addressed to Kimberly Davis, National Oceanic and Atmospheric Administration, 1305 East West Highway, Station 7604, Silver Spring, Maryland 20910, and via e-mail to Kimberly.Davis@noaa.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 81/2 -inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to twenty (12) single sided pages. Submit offers arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III - Price, firm fixed price for the drop camera system, training, and maintenance. Each firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the firm fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request.
 
Place of Performance
Address: 1315 East-West Highway, Station 9356, Silver Spring, MD
Zip Code: 20910
Country: UNITED STATES
 
Record
SN01129593-W 20060901/060830220309 (fbodaily.com)
 
Source
FedBizOpps 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.