SOLICITATION NOTICE
70 -- SOFTWARE UPGRADE
- Notice Date
- 6/24/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
- ZIP Code
- 20398-5540
- Solicitation Number
- N32209-0166-MP32
- Archive Date
- 7/14/2010
- Point of Contact
- Carrol S Walker, Phone: 757-462-3262, Stephen J Lakata, Phone: 757-462-4407
- E-Mail Address
-
carrol.walker@navy.mil, stephen.lakata@navy.mil
(carrol.walker@navy.mil, stephen.lakata@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under PR N32209-0166-MP32. This procurement is 100% Total Small Business Set Aside. No written solicitation document will be issued. MSCHQ N10, SMS FIELD DET LITTLE CREEK Norfolk intends to purchase services to add an additional module to the Makai Plan Pro 3.0 Lay system on board the USNS ZEUS and in Mission Planning of Building 483, Cheatham Annex Williamsburg, VA. This will include modification to the software to: -modify serial line inputs to MakaLay (4 inputs); provide data flow diagram; documentation of how to install MakaiLay; basic Makai Window set up; document set up of MakaiLay in Simulation mode; create step by step guide on how to deal with bad data strings; adjust rotometer values; document making adjustments to assembly during a cable lay; document steps during unplanned stops and re-starts. Required delivery is on or before 30 Sep 2010. Mfg: MAKAI Ocean Engineering Inc., P O Box 1206, Kailua HI 96734-1206. FOB: Destination or Origin Delivery to: NWS Yorktown Cheatham Annex, Williamsburg, VA 23185. Performance time frame as specified above. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; The government will award a contract resulting form this solicitation to low technically acceptable offeror. 52.212-3 Offeror Representations and Certifications-Commercial Items ALTERNATE I (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications, Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; 52.225-8 Duty-Free Entry 52.247-29 Origin 52.247-34 Destination Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.219-6 Notice of Total Small Business Set Aside 52.219-28 Post Award Small Business Program Representatives 52.222-3 Convict Labor 52.222-19 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 and Veterans of the Vietnam Era and Other Eligible Veterans 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.215-5 Facsimile Proposals. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211.7003 Item Identification and Valuation Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program; 252.247-7023 Transportation of Supplies by Sea Alternate III. At a minimum, responsible sources shall provide the following: a price proposal on letter head or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due on or before 29 June 2009, 11:00 AM EST. Offers shall be emailed to Carrol.Walker@navy.mil or fax to (757) 462-1428. Reference PR N32209-0166-MP32 on the quote. Submit any previous procurements/commercial price list to assist in price justification.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N32209-0166-MP32/listing.html)
- Place of Performance
- Address: USNS ZEUS and MSC SMS Det Williamsburg, VA, Williamsburg, Virginia, 23185, United States
- Zip Code: 23185
- Zip Code: 23185
- Record
- SN02187337-W 20100626/100624235205-a05ac05ac6aacedccece0df831e91eec (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 |