Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOLICITATION NOTICE

B -- Notice of Intent to Award to a Single Source - Infrared(IR) Astronomy Support Services for the United States Naval Observatory (USNO)

Notice Date
2/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018918QZ231
 
Response Due
2/6/2018
 
Archive Date
2/13/2018
 
Point of Contact
Bridget Blaney 215-697-9628
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SINGLE SOURCE, COMBINED SYNOPSIS/SOLICITATION. This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6, using the Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN), Contracting Department, Detachment Philadelphia hereby provides notice of its intent to award a firm-fixed-price (FFP) purchase order to a single source: Federated IT, Inc. (DUNS: 831678193). The address of Federated IT, Inc. is 1200 G Street NW Suite 800, Washington, DC 20005-6705. The Government intends to solicit and negotiate with ONLY ONE SOURCE under the authority of FAR 13.106-1(b), Soliciting from a Single Source. The RFQ number is N0018918QZ231. This synopsis/solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96 and DFARS Publication Notice 20171228. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 518210 and the Small Business Standard is $32.5 Million. CLIN 1001: IR Astronomer Support, (FFP, 6 Months) CLIN 1002: ODCs and Travel (Cost, Not-to-Exceed, 1 Lot) CLIN 2001: Option I, IR Astronomer Support, (FFP, 6 Months) CLIN 2002: Option I, ODCs and Travel (Cost, Not-to-Exceed, 1 Lot) This requirement is being processed on behalf of the United States Naval Observatory (USNO). The contractor shall provide infrared (IR) astronomy support. Services shall include but are not limited to IR data acquisition, processing, and analysis. Requisite knowledge and skills consist of the acquiring, processing, analysis, and assessment of IR data from United Kingdom Infrared Telescope (UKIRT) and USNO 1.8 m telescopes. The primary tasks of the contractor will be to 1) plan and acquire data using UKIRT, USNO 1.8 m or other, similar telescope with IR capabilities, 2) implement a prototype data processing system based on currently developed systems supporting UKIRT, 3) analyze acquired data using the prototype processing system, and 4) assess the results of the data acquisition, processing and analysis. A Performance Work Statement (PWS) is provided with this requirement in the attached document and delineates specific task requirements. The anticipated period of performance will last from 13 February to 12 August 2018; additionally, the requirement is intended to include one (1), six-month option term. Additional information pertinent to this posting is provided herein as an attachment and includes, but is not limited to, the following: line item information for quoting purposes, a PWS, and a copy of all clauses and provisions applicable to this synopsis/solicitation. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than 6 February 2018, 1700 Eastern Standard Time (EST). A determination not to compete this 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. All responsible sources may submit a capability statement or quotation which shall be considered by the agency; however, only services meeting the requirements of USNO will be considered for award. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered; all responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine whether a competitive solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Registration is free and can be completed on-line at http://www.sam.gov/. Interested parties are encouraged to furnish information. No documents submitted will be returned. By submitting capability information, the contractor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Bridget Blaney (Sr. Contract Specialist) via email at bridget.blaney@navy.mil. The capability documentation should include general information and technical background describing in detail the prospective contractor ™s capabilities and experience that will demonstrate the ability to support these requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018918QZ231/listing.html)
 
Record
SN04806739-W 20180203/180201231327-2f33d3c1a62e3c014c9dd5dbfbfb38e8 (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.