SOLICITATION NOTICE
D -- Sole source Triton Isis Software
- Notice Date
- 9/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- AB133F-07-RP-0209
- Response Due
- 9/7/2007
- Description
- Sole Source Brand Name No Substitutes Triton Isis Software Solicitation #AB133F-07-RP-0209 Description NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice in conjunction with procedures in FAR Part 12. This announcement constitutes the only solicitation; a written solicitation will not be issued. The National Oceanic & Atmospheric Administrations, Survey Launches, Pacific Marine Center has a requirement to upgrade its existing Triton Isis System with license and to acquire a compatible backup Triton Isis system License and components. Therefore, this services as notice that the Department Survey Launches, Pacific Marine Center, intends to negotiate under authority of FAR 6.301-1 (C)for brand name (NO Substitutes) acquisition of the following: Name Brand (NO substitutes) Isis System with license The vendor may not substitute any item listed. New equipment ONLY, No remanufactured products. 1 each Multibean Acquisition Software (includes) 90-3?Triton Isis? MB-Logger 27.332 Interface for Sonars Using an Ethernet Connection 03.046 Triton MB-DTM RT ?Real-time bathy module 03.047 Triton MB-BackScatter 03.048 SnippetLog ? Snippet data logging module 27.080 S-57 ENC Display ? Display of S-57 Charts 1 each Upgrade License (key # 1137 for 7125 Acquisition) with 71xx Server (includes) 27.332 Interface for Sonars Using an Ethernet Connection 1 each Upgrade Limited Isis Key (key #983) w/ Triton MB-DTM RT (Real Time Bathy), S-57 ENC Display (includes) 50.009 Software Upgrade and EMA 27.332 Interface for Sonars Using an Ethernet Connection 27.080 S-57 ENC Display Delivery of all item shall be within 30 days of date of notice of award. Delivery terms shall be FOB Destination. This Acquisition is SUBJECT TO THE AVAILABLITIY OF FUNDING. This acquisition is NOT a small business set-aside, and the associated NAISC code is 334119 with a size standard of $6.5 million. This solicitation document and incorporated provisions and clauses are those in effect through the March 2007 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars through 2005-16. Full text of clauses and provisions are available at http://www.arnet.gov/far/. The following FAR clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors?Commercial Items (Sept 2006), FAR 52.212-3 Offeror Representations and Certifications?Commercial Items (Nov 2006) with DUNS Number Addendum [52.204-6 (Oct 2003)], 52.212-4 Contract Terms and Conditions?Commercial Items (Feb 2007), 52.212-2 Evaluation?Commercial Items (Jan 1999) ? pricing consideration and past performance are evaluation factors, as is the technical capability in terms of how well the products meet the Governments requirement, 52.247-34 F.o.b. Destination (Nov 1991), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Mar 2007). The following clauses listed in 52.212-5 are incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) with alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-8 Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-19 Child Labor?Cooperation with Authorities and Remedies (Jan 2006)(E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201), 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006), 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). A Contracting Officers Technical Representative (COTR) shall be appointed at time of award. It is anticipated that a firm fixed price contract will be issued for this requirement. However, all responsible, responsive concerns having the expertise and required capabilities to furnish the above items are invited to submit complete written information fully demonstrating the capability, expertise, qualifications, and experience to meet the above requirements. All submittals received by the due set forth in this notice will be considered by the Government. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. All interested concerns must submit the aforementioned documentation to Alex.smith@noaa.gov no later than Sept. 07, 2007. This notification of intent closes at 12:00 PM Pacific time Sept. 07, 2007. Questions regarding this solicitation may be directed to Alex Smith, Contract Specialist, at alex.smithi@noaa.gov. Questions of any nature must be addressed in writing as NO TELEPHONE INQUIRIES WILL BE HONORED. All vendors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR). NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR, please access the following web site: http:///www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800)333-0505. Additionally, this procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. NOTE: Offerors interested in submitting a quote on this acquisition should obtain a copy of (1) Standard Form 1449 (2) Schedule,(3) Representations and Certifications, and (4) Past Performance form. Offers must include with their offer an originally signed SF-1449, a completed schedule, a completed copy of the annual representations and certifications at https://orca.bpn.gov, and past performance form. Quotes will be valid for 60 days.
- Place of Performance
- Address: Seattle, WA
- Zip Code: 98115
- Country: UNITED STATES
- Zip Code: 98115
- Record
- SN01395043-W 20070907/070905220430 (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 |