Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2013 FBO #4108
SPECIAL NOTICE

70 -- GForge Maintenance Renewal & User License 100 - Sole Source Justification

Notice Date
2/20/2013
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), DOC/NOAA/NOS/NCCOS/CCFHR, 101 Pivers Island Road, Beaufort, North Carolina, 28516-9722, United States
 
ZIP Code
28516-9722
 
Solicitation Number
NRMJ4000-13-00550
 
Archive Date
3/22/2013
 
Point of Contact
Stephen Taylor, Phone: 3016281376
 
E-Mail Address
stephen.a.taylor@noaa.gov
(stephen.a.taylor@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment A GFORGE Sole Source The US Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Strategic Sourcing Acquisition Division, intends to negotiate on a sole source basis with GForge Group LLC using the procedures in FAR Parts 6 and 13, to procure GForge maintenance and user support. The license allows for 100 user licenses, the software, updates, and technical support. GForge Group, LLC is the only party known to NOAA who can meet these requirements. The statutory authority for other than full and open competition is 41 USC 253(c)(1) as implemented by FAR 6.302-1, Only one responsible source. The North American Industry Classification Code (NAICS) for this acquisition is 511210 with a small business size standard of $25.0M. This is not a solicitation for competitive quotes. However, if any other interested party believes that it can meet the requirements, it may submit a statement of capabilities, which if timely received, will be considered by NOAA. The capability statement and any other information furnished must be in writing, and must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the foregoing requirements. Responses must also be accompanied by descriptive literature, warranties, and/or other information that demonstrates that the quote meets all of the foregoing requirements. Capability statements and related materials must be e-mailed to Stephen.a.taylor@noaa.gov by March 7, 2013. The Period of Performance is 3/18/2013 through 3/17/2014 with two (2) option periods. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, The Government will 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 clauses apply: FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.217-5, Evaluation of Options, FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract. FAR 52.222-21, Prohibition of segregated facilities, 52.232-33, Payment by Electronic Funds Transfer - Central Contract Registration, 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration; 52.232-39, Submission of Electronic Funds Transfer Information with Offer, 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires; CAR clauses may be downloaded at http://www.ecfr.gov. The following provisions and clauses shall apply to this solicitation: CAR 1352.201-70, Contracting Officer's Authority; CAR 1352.209-73, Compliance with the Laws; CAR 1352.209-74, Organizational Conflict of Interest; CAR 1352.246-70, Place of Acceptance current through FAC 2005-63. Award will be made using FAR 13, Simplified acquisition procedures, current through FAC 2005-55. The determination to compete or not complete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Please indicate NRMJ4000-13-00550 on your response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CCEHBRMD/NRMJ4000-13-00550/listing.html)
 
Place of Performance
Address: Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN02991711-W 20130222/130220234819-f26bd1d0fa9956c3cb5d3522e1d94e97 (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.