SPECIAL NOTICE
J -- TECHNICAL SUPPORT AND SOFTWARE/FIRMWARE UPGRADES TO KONGSBERG DP SYSTEM K-POS DP11 - JUSTIFICATION
- Notice Date
- 6/20/2014
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
- ZIP Code
- 23510
- Solicitation Number
- EA133M-14-RQ-0618
- Archive Date
- 7/22/2014
- Point of Contact
- CARRIE L. PERRY, Phone: 757-441-6573
- E-Mail Address
-
CARRIE.L.PERRY@NOAA.GOV
(CARRIE.L.PERRY@NOAA.GOV)
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK SOLE SOURCE JUSTIFICATION The US Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Simplified Acquisition Team intends to negotiate on a sole source basis with Kongsberg Maritime, Inc. using the procedures in FAR Parts 6 and 13, to provide technical support and software/firmware upgrades including a sea-test to calibrate and confirm the Kongsberg DP System K-Pos Dynamic Positioning system for NOAA ship Okeanos Explorer. The Kongsberg KPOS DP11 is a proprietary system that Kongsberg owns exclusive rights to and who can provide the proprietary parts and software/firmware upgrades on this system. 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 provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.204-7, System for Award Management, FAR 52.212-1, Instructions to Offerors - Commercial, 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 52.217-8, Option to Extend Services, FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.225-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration, FAR 52.239-1 Privacy or Security Safeguards FAR 52.246-1, Inspection of Services FAR 52.252-2, Clauses Incorporated by Reference, CAR 1352.201-70 Contracting Officer Authority, CAR 1352.209-73, Compliance with the Laws, CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.233-70, Agency Protest, CAR 1352.239-70, Software License Addendum CAR 1352.270-70, Period of Performance CAR 1352.271-70, Inspection and Manner of doing work CAR 1352.271-72, Additional Item Requirements (AIR)- Growth Work CAR 1352.271-75, Delivery and Shifting of the vessel CAR 1352.271-76, Performance CAR 1352.271-77, Delays CAR 1352.271-79, Liability of Insurance CAR 1352.271-80, Title CAR 1352.271-81, Discharge of Liens CAR 1352.271-82, Department of Labor Occupational Safety and Health Standards for Ship Repair CAR 1352.271-83, Government Review, Comment, Acceptance and Approval CAR 1352.271-84, Access to the Vessel CAR 1352.271-85, Documentation of requests for equitable adjustment CAR 1352.271-87, Changes- ship repair The North American Industry Classification Code (NAICS) for this acquisition is 811219 with a business size standard of 19 million in annual receipts. 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. All proposals received by 11:00am, July 7, 2014 will be considered by the Government. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Evidence must be provided of ability to provide the required services. 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. Capability statements and related materials must be e-mailed to Carrie.L.Perry@noaa.gov by 11:00am, July 7, 2014. Award will be made using FAR 13, Simplified acquisition procedures, current through FAC 2005-61.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-14-RQ-0618/listing.html)
- Record
- SN03402240-W 20140622/140620235811-5f6706d1058703c07b814ec87cf12a50 (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 |