Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2012 FBO #3938
SOLICITATION NOTICE

R -- SITU DATA STREAM FOR SUOMI NATIONAL POLARORBITING PARTNERSHIP - Statement of Work

Notice Date
9/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NEED20001202878
 
Archive Date
9/28/2012
 
Point of Contact
Alisa R. Sydnor,
 
E-Mail Address
alisa.sydnor@noaa.gov
(alisa.sydnor@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Proposals (RFP) and the solicitation number is NEED20001202878. The associated North American Industrial Classification System (NAICS) code for this procurement is 541990 with a size standard of $14 Million. This requirement is solicited as unrestricted. The United States Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) NCWCP/NESDIS/STAR, has a requirement FOR IDENTIFYING THE IN SITU DATA STREAM FOR SUOMI NATIONAL POLAR-ORBITING PARTNERSHIP (NPP) VISIBLE INFRARED IMAGER RADIOMETER SUITE (VIIRS) OCEAN ENVIRONMENTAL DATA RECORDS (EDRs) The period of performance shall be one year from the date of award The government anticipates awarding a fixed price contract for this requirement as described in the attached Statement of Objective (SOW) The solicitations document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-17: FAR 52.212-1, Instructions to Offerors (Sept 2006); FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) - The quotation shall be limited to twenty (20) pages. Firms must submit a complete quotation. Quotations that are not substantially complete will be returned. Quotations shall remain valid for 90 days. Electronic version shall be in MS Word or Adobe Acrobat. A one-page letter shall transmit the quotation signed by an individual authorized to commit the organization. The one-page transmittal letter shall not count toward the page limit. The electronic version shall be submitted by email. The quotation shall contain all content and shall be sized to permit electronic submission. Any resultant BPA shall include the provisions of the schedule contract and any terms relevant to this Request for Quotation (RFQ). Any additional clauses required by public law, executive order, or acquisition regulations in effect at the time of execution of the order will be included. Each prospective contractor shall register with the U.S. Government through the Central Contractor Registration (CCR). The Central Contractor Registration (CCR) is the primary vendor database for the U.S. Federal Government. The Government reserves the right to make no award and will not be liable for any costs incurred in response to this solicitation. The Government will evaluate quotes in accordance with the evaluation factors set forth in this RFQ. The information provided shall be concise, specific and complete, and shall demonstrate a thorough understanding of the requirements of this RFQ. Additionally, the firm must demonstrate a reasonable relationship between the requirement and the price for that requirement. Firms shall offer to perform all requirements. Offers of partial performance shall be rejected. The quotation shall not include brochures, newsletters, or other marketing materials. Any questions shall be submitted via email only; no telephone request will be accepted. All questions shall be directed to alisa.sydnor@noaa.gov no later than September 9, 2012 @ noon, EST. All vendors' quotes shall be organized in two separate volumes or documents both with tabs for each of the evaluation criteria. Factor I - Understanding, Approach, and Personnel Vendors shall provide the Understanding of Project and Approach to Perform the Work as described in this solicitation and SOW, the contractor shall have the knowledge of organization; knowledge of project Vendors shall include the Capability of Personnel to Perform the Work Manager - Person managing work and serving as single point of contact to Government and Officer - Person with authority to commit firm for this project/Contract. The Description of Qualifications of Personnel who will perform the Work; Education, Experience and descriptions of prior employment Vendors shall provide the following information describing the vendors' entity and its organization, quotes shall include the following information: Nature and type of Firm; Primary shareholders; Ownership form; Management, Description of organization; Relationship of this program; Reporting chain of command; Location, Primary or headquarters location. List of relevant offices and roles. Method for servicing relevant Government locations; Business Summary to include: Revenue for prior three years by year; Net Income for prior three years by year; Employees for prior three years by year; Accounting year definition; DUNS Number; CCR Registration Status; Small business status based on applicable NAICS code; Tax Identification Number, Firm Points of Contact: Names; Phone, Email, Fax, Banking Relationship - Name, Phone, Email, Fax, Maximum amount authorized under line of credit; Amount outstanding under line of credit. In addition the vendor shall provide response to the following questions. Has your firm been suspended or debarred within the past three years? Does your firm owe the Government for any contract or claim? Does your firm have any contingent liabilities? Is your firm currently receiving Government financing? If so, describe fully. Does your firm have any judgments, liens, or pending suits? Has your firm filed for bankruptcy within the past three years? Factor II - Past Performance Quality and Relevance of Project - Describe at least three (3) projects completed well in the last three years relevant to this project. For each project include the following data: For each project, provide a narrative account of the work performed and include the following elements: Summary of the project; Expanded description of work performed and results achieved; Description of methodology, tools, and processes utilized in performing the work; Adherence to project schedule and cost; Problems encountered and corrective actions taken; and identification of the similarity in scope and complexity to this project under the solicitation. Factor III - Price Price - The Price submission shall include the following: Vendors shall provide their "best customer" pricing to the Government. Firms must disclose their business practices and prices in a format that provides sufficient information for the Contracting Officer to make a determination of fair and reasonable pricing. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2006)-Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions (Feb 2007) - Commercial Items, applies to this acquisition and there is no addendum to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Mar 2007), applies to this acquisition. The following additional FAR clauses cited in FAR 52.212-5 are applicable to this acquisition; FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government; FAR 52.217-8 Option to Extend Services (NOV 1999); FAR 52.219-8 Utilization of Small Business; FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.225-5 Trade Agreements; FAR 225-13 Restrictions on Certain Foreign Purchases; FAR 52.222-41 Service Contract Act 1965 as Amended; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts); FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755); FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); FAR 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); FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); FAR 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a), FAR 52.227-14 Rights in Data General (Jun 1987); FAR 52.232-38, Submission of Electronic Funds Transfer Information with Offer, (May 1999). These FAR Provisions and Clauses may be accessed via the Internet at www.arnet.gov/far/. The following Commerce Acquisition Regulations (CAR) clauses are also incorporated into this acquisition by reference: CAR 1352.237-71 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a DOC (High or Moderate Risk Contract) (Dec 2006) CAR 1352.201-70 Contracting Officer's Authority (March 2000); CAR 1352.201-71 Contracting Officer's Technical Representative (February 2005); Proposals shall be submitted electronically to alisa.sydnor@noaa.gov not later than September 13, 2012 @ 12:00 EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NEED20001202878/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN02865820-W 20120905/120903233034-aaa6afe02127b49746ce9fea7751363e (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.