Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2008 FBO #2554
DOCUMENT

R -- LAMPS2 SOFTWARE LICENSE MAINTENANCE AND SUPPORT SERVICES - STATEMENT OF WORK

Notice Date
11/21/2008
 
Notice Type
STATEMENT OF WORK
 
NAICS
541519 — Other Computer Related 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, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NCNJ2000-9-01485
 
Archive Date
12/19/2008
 
Point of Contact
Shirley L. Johnson,, Phone: 301-713-0820, JEANETTE SPREEMANN,, Phone: 301-713-0820
 
E-Mail Address
Shirley.L.Johnson@noaa.gov, jeanette.spreemann@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation NCNJ2000-9-01485 is issued as a request for quotation for 100% small business set-aside under NAICs 541519. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Office of Coast Survey (OCS) has a requirement for the procurement of 'brand name or equal' software license maintenance and support services for 41 Laser Scan Lamps2 licenses currently in use by NOAA's Nautical Charting System Division to support the production of ENC nautical charts and chart products. Details regarding this requirement are listed in the attached Statement of Work titled, 'Laser Scan Lamps2 Software Maintenance and Support Services', dated November 21, 2008. Contractor shall provide software updates and documentation, telephone and e-mail assistance, performance remediation as required, on-site support as required and minor software enhancements. Firms responding to this notice must provide written authorization of their ability to service this product. The resulting purchase order shall be negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Technical 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 Government shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-4,Contract Terms and Conditions- Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, and the following additional FAR clauses cited in Paragraph (b) of FAR Clause 52.212-5 are applicable to this acquisition: FAR 52.219-6; FAR 52.219-28; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-50; FAR 52.225-1; FAR 52.225-13; and FAR 52.232-33. There are no additional contract requirements or terms and conditions. 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. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular (FAC) 2005-29. The C&A requirements of clause 73 do not apply and a Security Accreditation Package is not required. Interested responsible sources may submit a quotation to NOAA no later than 12:00pm (EST) Thursday, December 4, 2008. Responses may be emailed to the Contract Specialist, Shirley L. Johnson at shirley.l.johnson@noaa.gov, fax to (301) 713-0808, or mailed to DOC/NOAA/AGO, 1305 East West Highway, Sta. 7618, Silver Spring, Maryland 20910. All questions must be submitted electronically via email no later than 12:00 Noon, Tuesday, November 25, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5d3bf3b85ed37600b54cdc7eb38cc64f&tab=core&_cview=1)
 
Document(s)
STATEMENT OF WORK
 
File Name: LAMPS2 SW SOW (SOW LAMPS2.doc)
Link: https://www.fbo.gov//utils/view?id=cdff9a8b42a9cd34bc1e4bcd61326a31
Bytes: 44.66 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: 1315 East West Highway, SSMC-3 # 6147, Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN01708880-W 20081123/081121215706-5d3bf3b85ed37600b54cdc7eb38cc64f (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.