Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
DOCUMENT

58 -- METEOR BURST COMMUNICATION TECHNOLOGY - NOTICE OF INTENT

Notice Date
8/1/2008
 
Notice Type
NOTICE OF INTENT
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, National Business Management Center, Fort Worth Federal Center, Building 23, 501 Felix Street, Fort Worth, Texas, 76115
 
ZIP Code
76115
 
Solicitation Number
NRCS-NCSU-22-08
 
Archive Date
8/28/2008
 
Point of Contact
James H. Lowe,, Phone: 817-509-3520, Judith A. Weber,, Phone: 8175093505
 
E-Mail Address
james.lowe1@ftw.usda.gov, judith.weber@ftw.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Department of Agriculture, Natural Resources Conservation Service, National Water and Climate (NWCC) intends to award a sole source indefinite delivery/indefinite quantity contract to Meteor Communications Corporation located at 22614 66th Ave., South, Kent, WA., for the acquisition of meteor burst master station receiving equipment and software used by NWCC for Snow Pack Telemetry (SNOTEL) and Soil Climate Analysis Network (SCAN) sites throughout the U.S. Both SNOTEL and SCAN equipment help operate and maintain an intensive, automated system to collect snow and analyze soil climate. SNOTEL and SCAN use meteor burst communications technology to collect and communicate data in near-real time. This technology makes use of proprietary software and patented hardware to rapidly transmit small packets of meteorological data to two NRCS owned master stations. These master stations use existing hardware and software to decode, assemble, and forward remote station data to a centralized computer facility where it is stored and made available for general use. This is a combined synopsis/ solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and Subpart 13 as supplemented with additional information included in this notice. The following clauses apply: FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Executive Orders-Commercial Items and FAR 52.212-4, Contract Terms and Conditions - Commercial Items with Addendum – Technology Refreshment, 52-217-6, Option for Increased Quantity, and 52.216-18 – Ordering, and 52-216-19, Ordering Limitation. The offeror must also comply with the following provisions: FAR 52.212-1, Instructions to Offerors and 52.212-3, Offeror Representations and Certifications – Commercial Items. The NAICS code is 517910, and the Business Size Standard is 750 employees. This will be a Fixed Price contract with economic price adjustment (FPEA) acquisition (52-216-2). This notice constitutes the only solicitation and under FAR 6.302-1 (2) (ii) (A) (B), bids are not being requested. However, interested parties may submit their capabilities/qualifications up to time of award. This decision is based upon substantial duplication of cost to the Government that is not expected to be recovered through competition. ADDENDUM – 52.212.4 - TECHNOLOGY REFRESHMENT: The Contractor shall provide to the Government, during the life of the contract, updated commercial product or service offerings of the scope described herein as such technology becomes available in the marketplace. This shall include upgraded components and model upgrades, including product replacements to currently specified products or services on the contract if such products or services are discontinued or phased out by the manufacturer or service provider during the life of the contract. The Contractor shall notify the Government whenever new product or service offerings are available for sale to the Government. The Contractor shall notify the Government of pending phase outs or discontinued production of products or services on the contract as early as such phase out, discontinued production, and/or non-availability of service is known to the Contractor. The Government may identify new products or services that it believes would increase effectiveness and/or improve productivity and recommend the inclusion of such products or services on the contract via modification. All products or services added to the contract under this clause must be within the scope of the original contract as determined by the Contracting Officer. The Contractor shall not market for or otherwise promote for inclusion into this contract products or services that are clearly not within the contract scope. 52.216-18 Ordering: (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from time of award through September 30, 2013, (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control, (c) If mailed, a delivery order or task order is considered “issued” when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 Order Limitations - (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 2, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor— (1) Any order for a single item in excess of 25 (radios) (2) Any order for a combination of items in excess of 100: or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 30 days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7b068cd7ba14275f84d64270605213de&tab=core&_cview=1)
 
Document(s)
NOTICE OF INTENT
 
File Name: STATEMENT OF WORK (MCC_SOW8_08.doc)
Link: https://www.fbo.gov//utils/view?id=e45d070daddeaaffee9f5294494c5e43
Bytes: 56.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: USDA, NRCS, National Water and Climater Center, 101 SW Main St., Suite 1600, Portland, Oregon, 97204, United States
Zip Code: 97204
 
Record
SN01628999-W 20080803/080801221852-7b068cd7ba14275f84d64270605213de (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.