Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
SOLICITATION NOTICE

D -- INFORMATION TECHNOLOGY SOFTWARE DEVELOPMENT FOR REAL TIME OCEAN OBSERVATION PROGRAM AT NOAA, AOC, MACDILL AFB, FL - STATEMENT OF WORK

Notice Date
7/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NMAN600011-03238
 
Archive Date
8/25/2011
 
Point of Contact
Ronald F Anielak, Phone: 816-426-2115, Sharon Clisso, Phone: 816-426-7471
 
E-Mail Address
ronald.f.anielak@noaa.gov, Sharon.Clisso@noaa.gov
(ronald.f.anielak@noaa.gov, Sharon.Clisso@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK This is a public notice required for acquisitions over $25,000.00 using the combined synopsis solicitation procedures for commercial items. This notice is hereby issued as Request for Quote (RFQ) No.NMAN6000-11-03238 and is 100% set aside for small businesses. This is a RFQ to provide Information Technology Software Support for the Real Time Ocean Observation Program for NOAA Aircraft Operations Center (NOAA/AOC), MacDill AFB, FL. Contractor shall develop application software to move data from the AOC ground server to the AOC File Transfer Protocol (FTP) site and applications to retrieve data from the AOC FTP site through a web based interface on the AOC Network with access controlled by the AOC network administrators. The required effort is as stated in the attached 3 page statement of work (SOW). This notice constitutes the only Request for Quote (RFQ). Written offers are being requested. A hardcopy written RFQ will not be issued. EAD-KC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not 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, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Contractors should submit their Representations and Certifications (ORCA) thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the Federal Government. Contractors are encouraged to go on-line at www.bpn.gov to complete its representations and certifications. The following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-53. CLAUSES AND PROVISIONS The Federal Acquisition Regulation (52) and Commerce Acquisition Regulation (1352) clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) NAICS 541511 52.212-2 Evaluation-Commercial Items (JAN 1999) (ref. Submission/Evaluation section) 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (MAR 2011) section (b) (11i), (21), (24), (25), (26), (27), (36), (45); Section (c) (1) and (2) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) FAR 52 clauses and provisions are available on the internet website: http://www.arnet.gov/far CAR 1352 clauses and provisions are available on the internet website: http://ecfr.gpoaccess.gov/cgi/t/text/text- idx?c=ecfr&sid=3fb01eeae7b9c808d918ae0df&rgn=div5&view=text&node=48:5.0.6.47.44&idno=48 STATEMENT OF WORK (SOW): See attachment. Completion Time: 1) Present software design descriptions at a joint design review meeting to be held within 30 days after receipt of order on a mutually agreed date, 2) Approval of design by AOC or cancellation of items 0002, 0003, 0004, and 0005 due to funds pull back will be within 60 days after joint design review meeting, 3) Completion of line items 0002, 0003, 0004, and 0005 within 18 months after design approval. PRICE/QUOTE: This is an order for commercial services. Prices quoted for the contract line items shall be fixed-price inclusive of all costs. The Department of Labor Service Contract Act Wage Determination for the area in which the work is to be developed shall be applicable. Offerors can obtain wage determinations for their area by accessing the following website: www.dol.gov/wagedeterminations. CLIN 0001: Develop and provide software design descriptions for the objectives in the SOW and present to AOC, Hurricane Research Division, and National Environmental Satellite and Data Information Service representatives for technical review and approval $___________ Lump sum* CLIN 0002: Develop and provide the required SOW software after COTR approves design in CLIN 0001 2a. Moving data from ground server to FTP $_______Lump sum* 2b. Output data to Radial wind server $_____ Lump sum* 2c. Format and send LF data $________ Lump sum* 2d. Send processed IWRAP ocean vector wind data $_____ Lump sum* 2e. Get AXBT data from Sippican computers $_________ Lump sum* CLIN 0003: Test the delivered software in cooperation with AOC, HRD, NCEP, and NESDIS using both the Swift 64 and Swift Broad Band modes of the aircraft International Mobile Satellite Organization communication system $________ Lump sum* CLIN 0004: Develop and Provide "Users Guide" documents for all newly developed or modified software applications approved in CLIN 0003. User guide(s) shall describe all aspects of configuration and execution for these applications. $_________________Lump sum* CLIN 0005: Provide up to 40 manhours of Technical Software Support for the use and implementation of the software applications provided in CLIN 0003 to all end users. Contractor shall provide a monthly report to the COTR detailing hours used during a month. This line item may be invoiced on a monthly basis. This line item is on a labor hour basis. The Not-to-Exceed (NTE) amount for this line item will be determined by the Government. Contractor exceeds that amount in the schedule at its own risk. The amount determined as NTE is not guaranteed. Any remaining balance of funds on this line item shall be de-obligated. Fully Loaded Labor Hour Rates (dollars/hr) for the Technical Support:_______________ (fully loaded labor rates include labor, overhead, G&A, and profit) *Additionally, provide fully loaded labor hour rates for the software engineers and developers that will be utilized for this work. Provide title and hourly labor rates: ______________________________________________________________________________________________ RFQ SUBMISSION/EVALUATION Signed and dated quotes must be submitted. Quotes must be received on or before 1:00PM Central time on August 10, 2011. Quotes may be e-mailed to ronald.f.anielak@noaa.gov or faxed to 816-274-6951 Attn: Ron Anielak. The evaluation of quotes will be conducted as a commercial item acquisition in accordance with FAR Part 12. The Government will award a purchase order resulting from this RFQ to the responsible quoter whose quote conforming to the RFQ will be most advantageous to the Government, price and other factors considered. Technical and Past Performance, when combined, are significantly more important than price. The evaluation of quotes shall be based on the quoters responsiveness to the items listed, quoters price proposal, and the quoters ability to exhibit an understanding of the requirements included in this RFQ and the following technical evaluation factors listed in order of importance: (1) describe technical capability to accomplish the work; (2) describe previous experience in developing application software; (3) address the ability of the contractor to perform this entire effort remotely over internet/network connection provided by the Government and not incur any travel costs nor require shipment of Government provided equipment other than a mini Personal Computer to develop the on board clients and server software; (4) provide at least 3 past performance references to include contact name, contract number, description and value of contract, completion date of contract; and (5) provide estimated time to complete for line items 0001 thru 0004. All responsible quoters may submit a response to this notice that will be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NMAN600011-03238/listing.html)
 
Place of Performance
Address: contractor's facility, United States
 
Record
SN02508556-W 20110724/110723014143-7d2e839feba17c5d05e8db1328b72b37 (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.