SOLICITATION NOTICE
T -- High Resolution Commercial Satelitte Imagery - Performance Work Statement
- Notice Date
- 9/2/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Department of the Navy, Commander in Chief, Atlantic Fleet, NAVOCEANO, Contracts Branch (N112), Bldg 9134, Stennis Space Center, Mississippi, 39522-5001, United States
- ZIP Code
- 39522-5001
- Solicitation Number
- N62306-15-Q-9S10
- Archive Date
- 9/25/2015
- Point of Contact
- Helen E. Tidwell-Zaldana, Phone: 228-688-5302, Gregory A. Wynne, Phone: 228-688-4914
- E-Mail Address
-
helen.tidwell-zaldana@navy.mil, gregory.wynne@navy.mil
(helen.tidwell-zaldana@navy.mil, gregory.wynne@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- QASP Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included with or attached to this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N62306-15-Q-9S10. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83 and DFARS Changes Notice 20150826. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The NAICS code is 517410 Satellite Telecommunications and the Small Business size standard is $32.5M. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses within five days after date of publication of this Notice of Intent. The Naval Oceanographic Office, Stennis Space Center, MS, intends to issue a sole source, firm fixed price, Indefinite Delivery, Definite-Quantity, (Requirements) type contract to DigitalGlobe Inc., Longmont, CO pursuant to FAR 6.302-1, only one responsible source. The requirement is to provide Commercial High-Resolution, (CHR), MSI, and Panchromatic (PAN) imagery that can be used at NAVOCEANO/NP2for further processing using the Navy FEXALs to extract bathymetry, sub-surface hazards, and anomalies. OPTION (a) The Government intends to exercise options according to the following schedule: •· Base Year 15 September 2015 to 14 September 2016 •· Option Year 1 15 September 2016 to 14 September 2017 •· Option Year 2 15 September 2017 to 14 September 2018 •· Option Year 3 15 September 2018 to 14 September 2019 •· Option Year 4 15 September 2019 to 14 September 2020 FOB: Destination, Stennis Space Center, MS 39522-5001. The Contacting Officer may exercise the option by written notice to the Contractor for Option One by 15 Sep 2016, Option Two by 15 Sep 2017, Option Three by 15 Sep 2018, and Option four by 15 Sep 2019. REQUEST FOR PROPOSAL (RFQ) will include the following attachments: (a) The RFQ consist of two (2) attachments: •(1) Performance Work Statement (PWS) •(2) Quality Assurance Surveillance Plan (QASP) CLIN Structure is as follows: CLIN 0001 1 (Base Period) $ 50,000.00 CLIN 0001 2 (Option Year 1) $ 89,150.00 Est. CLIN 0001 3 (Option Year 2) $ 89,150.00 Est. CLIN 0001 4 (Option Year 3) $89,150.00 Est. CLIN 0001 5 (Option Year 4) $89,150.00 Est. This announcement will close at 16.30, CST, on 10 September 2015. Point of Contact: Helen Tidwell-Zaldana Contract Specialist Naval Oceanographic Office Code: 01C2, Contracts Division 1002 Balch Boulevard, Building 1002 Rm 104 Stennis Space Center, MS 39522-5001 Phone: 228-688-5234 DSN: 828-5234 Fax: 228-688-4121 Email: helen.tidwell-zaldan@navy.mil Contractor shall provide Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractor must be registered in the Central Contractor Registration (CCR) at www.ccr.gov and Wide Area Work Flow at https://wawf.eb.mil to be considered for award. Quote shall include price(s), a point of contact, name, phone number, fax, email, business size, and payment terms. Response must clearly indicate the capability of the offeror to meet all requirements in the SOW. System for Award Management (SAM). Quote must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. CONTRACTOR POINT OF CONTACT: Contractor shall include the following: Name, Title, Phone, Fax, and Email. Attachment 1- Performance Work Statement Attachment 2 - QASP CLAUSES - The following clause is incorporated in the solicitation. DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal confidentiality Agreements-Representation (Deviation 2015-o0010) CLAUSES - The following clauses will also be incorporated in the award document. FAR 52.204-2 Security Requirements FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 Instructions to Offerors - Commercial Items [ list any addenda to the provision] ; FAR 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items [ list any addenda that apply ]; Use with its ALT I, when a time and materials contract is anticipated; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items [ select and list the clauses that apply ]. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Items FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.223-18 Availability of funds FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.234-34 FOB Destination FAR 52.239-1 Privacy or Security Safeguards Clauses - The following DFARS provisions and clauses are applicable to this procurement by reference. DFARS 237.106(2) Funding and Term of Service Contracts DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials DFARS 252.203-7005 Representation Relating To Compensation of Former DoD Officials DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - (DEVIATION 2015-o0010) DFARS 252.204-0001 Line Item Specific: Single Funding DFARS252.204-7011 Alternative Line Item Structure DFARS 252-204-7012 Safeguarding Of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.225-7002 Qualifying country sources as subcontractors DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.215-7008 Only One Offer DFARS 252.232-7007 Limitation of Government's obligation "One or more of the items under this acquisition is subject to Free Trade Agreements." DFAR 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program DFAR 252.225-7001, Buy America and Balance of Payment Program DFARS 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 DFARS 252.225-7048 Export-Controlled Items DFARS 252.227-7015 Technical Data--Commercial Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies On Contract Payments DFARS 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) SUP 5252.203-9400 Personal Conflicts of Interest SUP 5252.203-9402 Use of Information/Technical Data
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bf7ba78f9133534ea716b6a456203173)
- Place of Performance
- Address: Naval Oceanographic Office, 1002 Balch Boulevard, Stennis, Mississippi, 39522, United States
- Zip Code: 39522
- Zip Code: 39522
- Record
- SN03868539-W 20150904/150903000246-bf7ba78f9133534ea716b6a456203173 (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 |