Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2004 FBO #0836
SOLICITATION NOTICE

70 -- CD-ROMS and updates to notice to Mariner National Oceanic and Atmospheric Administration Charts

Notice Date
3/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
334611 — Software Reproducing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
DTCG23-04-Q-THA109
 
Response Due
3/25/2004
 
Point of Contact
Tiarnna Hamilton-Sanchez, Contract Specialist, Phone (202) 267-0139, Fax (202) 267-4025, - Tarasia Remhof, Contracting Officer, Phone 202-267-1193, Fax 202-267-4019,
 
E-Mail Address
thamilton-sanchez@comdt.uscg.mil, tremhof@comdt.uscg.mil
 
Description
NOTICE OF INTENT FOR SOLE-SOURCE CONTRACT TO MAPTECH, INC.: The United States Coast Guard (USCG) intends to award a sole source contract to Maptech, Inc., of Amesbury, MA for raster electronic nautical charts for use by USCG vessels, district offices, headquarters and research facilities. SYNOPSIS AND SOLICITATION: This acquisition is being conducted under the Test Program for Certain Commercial Items in accordance with FAR Subpart 13.5. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested; a written solicitation will not be issued. The solicitation number is DTCG23-04-Q-THA109, which is a Request for Quotation (RFQ). The solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2004-20. This is an unrestricted solicitation associated with NAICS code 334611 with a small business size standard of 500 employees. This requirement has the following contract line item numbers (CLINS) for a nine-month base year and four, twelve-month option years: CLIN 0001, Monthly update replacement CD's of Notice to Mariner (NTM) corrected National Oceanic Atmospheric Administration (NOAA) U.S. Charts distributed for each region on a monthly basis for 9 months beginning May 1, 2004 through January 31, 2005. The charts shall be in the Maptech/BSB format version 3. In addition, the contractor shall provide 39 weeks of Weekly Internet Updating; Quantity of 711. CLIN 0002, Monthly update replacement CD's of Notice to Mariner (NTM) corrected Latin America and Caribbean Charts distributed for each region on a monthly basis for 9 months beginning May 1, 2004 through January 31, 2005. The charts shall be in the Maptech/BSB format version 3; Quantity of 408. Option CLIN 1001, Monthly update replacement CD's of Notice to Mariner (NTM) corrected National Oceanic Atmospheric Administration (NOAA) U.S. Charts distributed for each region on a monthly basis for 12 months beginning February 1, 2005 through January 31, 2006. The charts shall be in the Maptech/BSB format version 3. In addition, the contractor shall provide 52 weeks of Weekly Internet Updating; Quantity of 948. Option CLIN 1002, Monthly update replacement CD's of Notice to Mariner (NTM) corrected Latin America and Caribbean Charts distributed for each region on a monthly basis for 12 months beginning February 1, 2005 through January 31, 2006. The charts shall be in the Maptech/BSB format version 3; Quantity of 544. Option CLIN 2001, Monthly update replacement CD's of Notice to Mariner (NTM) corrected National Oceanic Atmospheric Administration (NOAA) U.S. Charts distributed for each region on a monthly basis for 12 months beginning February 1, 2006 through January 31, 2007. The charts shall be in the Maptech/BSB format version 3. In addition, the contractor shall provide 52 weeks of Weekly Internet Updating; Quantity of 948. Option CLIN 2002, Monthly update replacement CD's of Notice to Mariner (NTM) corrected Latin America and Caribbean Charts distributed for each region on a monthly basis for 12 months beginning February 1, 2006 through January 31, 2007. The charts shall be in the Maptech/BSB format version 3; Quantity of 544. Option CLIN 3001, Monthly update replacement CD's of Notice to Mariner (NTM) corrected National Oceanic Atmospheric Administration (NOAA) U.S. Charts distributed for each region on a monthly basis for 12 months beginning February 1, 2007 through January 31, 2008. The charts shall be in the Maptech/BSB format version 3. In addition, the contractor shall provide 52 weeks of Weekly Internet Updating; Quantity of 948. Option CLIN 3002, Monthly update replacement CD's of Notice to Mariner (NTM) corrected Latin America and Caribbean Charts distributed for each region on a monthly basis for 12 months beginning February 1, 2007 through January 31, 2008. The charts shall be in the Maptech/BSB format version 3; Quantity of 544. Option CLIN 4001, Monthly update replacement CD's of Notice to Mariner (NTM) corrected National Oceanic Atmospheric Administration (NOAA) U.S. Charts distributed for each region on a monthly basis for 12 months beginning February 1, 2008 through January 31, 2009. The charts shall be in the Maptech/BSB format version 3. In addition, the contractor shall provide 52 weeks of Weekly Internet Updating; Quantity of 948. Option CLIN 4002, Monthly update replacement CD's of Notice to Mariner (NTM) corrected Latin America and Caribbean Charts distributed for each region on a monthly basis for 12 months beginning February 1, 2008 through January 31, 2009. The charts shall be in the Maptech/BSB format version 3; Quantity of 544. Updates for all CLINs shall be in accordance with the USCG’s 2004 NTM Distribution Plan, which is available from the Contract Specialist upon request. The Contractor shall furnish all labor and materials necessary to deliver the required items. No government furnished items will be provided for this contract. Inspection and acceptance are FOB destination. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items (a) [The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and represents the lowest price, technically acceptable offer. The offeror should have a proven record in providing and delivering the required charts and updated charts per the delivery specified. Technical acceptability will be based on the Offeror’s ability to provide the required items to the required delivery destinations.]; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I (Offerors must submit a completed copy of the Representations and Certifications with their offer); 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, (a), (b)(1), (5), (7), (11-16), (21), (24), (d) and (e). The proposed contract is for services or supplies that the Government intends to solicit and negotiate with only one source. Interested parties may identify the interests and capabilities to respond to the requirement or submit quotations. The USCG reserves the right to request product demonstrations at no charge to the Government. Quotes must be received no later than 2:30 PM EST, March 25, 2004 and shall be e-mailed to thamilton-sanchez@comdt.uscg.mil (any attachments should be in Word, Rich Text Format, or PDF and must not exceed 2MB) or faxed to Tiarnna Hamilton-Sanchez/G-ACS-5B at (202) 267-4019. NOTICE TO OFFERORS-SOLICITATION OMBUDSMAN PROGRAM. It is the policy of the USCG to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a USCG solicitation is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the offeror should then contact the USCG Solicitation Ombudsman at the following address: Commandant (G-CPM-S/3), 2100 Second Street, SW, Washington, DC 20593-0001; Fax: 202-267-4011. For information regarding this synopsis/solicitation, telephone Mrs. Tiarnna Hamilton-Sanchez at 202-267-0139 or e-mail thamilton-sanchez@comdt.uscg.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/GACS/DTCG23-04-Q-THA109/listing.html)
 
Place of Performance
Address: USCG C2CEN, 4000 Coast Guard Blvd, Portsmouth, VA
Zip Code: 23703
 
Record
SN00540967-F 20040311/040309230805 (fbodaily.com)
 
Source
FedBizOpps.gov 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.