SOLICITATION NOTICE
16 -- SIGMET INTERACTIVE RADAR INFORMATION SYSTEM
- Notice Date
- 8/8/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- Reference-Number-NAAN6000-6-01214RA
- Response Due
- 8/30/2006
- Archive Date
- 9/14/2006
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this notice. The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, Tampa, FL., intends to negotiate on a sole source basis with Vaisala, Inc. for the following Sigmet, Inc. items (Sigmet has merged with Vaisala): Interactive Radar Information System (IRIS) Radar Display Server/Archive Software License; IRIS Display Client Software License; IRIS Analysis Product Generation Software License; Digital AFC modules; IF Digitizers (Rev E); RVP-8 Rx cards; RVP-8 Standard Software License; Non-reoccurring Engineering Development for software customization; and installation support. Non-reoccurring engineering development covers special modifications to the standard software package that may be required because of the aircraft installation requirements; which are unique compared to the normal ground-based radar installation that is used by everyone else. Each non-reoccurring engineering task will have some type of deliverable (usually a software patch) which will be installed and tested for functionally before acceptance. This combined synopsis/solicitation constitutes the only Request For Quote (RFQ) and a written hard copy RFQ will not be issued. This is a restricted solicitation for other than full and open competition. Only the items listed above manufactured by Sigmet, Inc. (now Vaisala, Inc.) are acceptable for the following reasons. This acquisition is for additional sets of these same components for use on a third NOAA P-3 aircraft. For research purposes all the P-3 aircraft must be configured the same with the exact same software. This proposed action is for supplies and services for which the Government intends to solicit only one source under the authority of FAR 6.302 and no other type of supply or service item will satisfy agency requirements. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12. Signed and dated quotes must be submitted to the U. S. Department of Commerce, National Oceanic and Atmospheric Administration, Central Region Acquisition Division, Attn: Ron Anielak, 601 East 12th Street, Rm.1756, Kansas City, Missouri 64106. Quotes must be received on or before 2:00 p.m. August 30, 2006. Quotes may be faxed to 816-274-6951 - Attn: Ron Anielak/ NAAN6000-6-01214RA or by e-mail to: ronald.f.anielak@noaa.gov CLAUSES & PROVISIONS This solicitation is conducted as a Commercial Item acquisition in accordance with Federal Acquisition Regulations (FAR) Part 12. The FAR clauses and provisions incorporated into this acquisition are: 52.203-3 Gratuities (Apr 1984); 52.204-4 Printed or Copied Double Sided on Recycled paper (Aug 2000; 52.232-17 Interest (June 1996); 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2006); 52.212-2 Evaluation- Commercial Items (Jan 1999) This is a best value acquisition. Award may be made to the offeror if its offer: conforms to the solicitation requirements, is determined responsible in accordance with the FAR by possessing the financial and other capabilities to fulfill the requirements of the contract, and its proposal is determined by the Contracting Officer, to be the most advantageous to the Government. The Government intends to award a single contract from this solicitation. The Government reserves the right not to award a contract depending on the quality of the offer submitted and the availability of funds. 52.212-3 Offeror Representations and Certifications ? Commercial Items (June 2006); 52.212-4 Contract Terms and Conditions ? Commercial Items (Sept. 2005); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Aug 2006) (b) Items 1, 7, 14, 15, 16, 17, 18, 19, 20, 21, 23, 26, and 31; 52.216-1 Type of Contract (The Government intends to award a firm fixed price purchase order for supplies with services); 52.233-2 Service of Protests (Aug 1996)((a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Donita S. McCullough, DOC, NOAA, Central Region Acquisition Division, 601 E. 12th St., Rm. 1756, Kansas City, Missouri 64106. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.); 52.247-30 F.O.B. Origin Contractor's Facility (Feb 2006). The Commerce Acquisition Regulation (CAR) clauses and provisions incorporated into this solicitation are: 1352.201-70 Contracting Officer?s Authority (March 2000); 1352-201.71 Contracting Officer's Technical Representative (COR) (March 2000) (To be provided at time of award); 1352.208-70 Printing (Mar 2000); 1352.209-71 Organizational Conflict of Interest (March 2000); 1352.209-73 Compliance With the Laws (March 2000); 1352.215-73 Inquiries (Mar 2000); 1352.216-70 Contract Type (March 2000) (The Government contemplates awarding a firm fixed price purchase order for supplies with services); 1352.233-70 Harmless From Liability (March 2000); 1352.233-71 Service of Protests (Mar 2000) (An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (Internet site: http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm) for the procedures for filing agency protests at the level above the Contracting Officer (with the Protest Decision Authority). Agency protests filed with the Contracting Officer shall be sent to the following address: Donita S. McCullough, Contracting Officer, DOC, NOAA, Central Region Acquisition Division, 601 E.12th St., Rm.1756, Kansas City, Missouri 64106. If a protest is filed with either the Protest Decision Authority, or with the General Accounting Office (GAO), a complete copy of the protest (including all attachments) shall be served upon both the Contracting Officer and Contract Law Division of the Office of the General Counsel within one day of filing with the Protest Decision Authority or with GAO. Service upon the Contract Law Division shall be made, as follows: U.S. Department of Commerce, Office of the General Counsel, Contract Law Division--Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, N.W., Washington, D.C. 20230, Attn: Mark Langstein, Esq., FAX: 202-482-5858); 1352.246-70 Inspection and Acceptance (Mar 2000) (Inspection and Acceptance will take place at the Aircraft Operations Center, Tampa, Florida. I&A will take place within 30 calendar days after receipt.); 1352.252-70 Regulatory Notice (March 2000) Full text of these CAR provisions is available upon written request by sending an e-mail to ronald.f.anielak@noaa.gov. Clauses and provisions listed herein may be obtained as follows: FAR Clauses and Provisions ? www.arnet.gov CAR Clauses and Provisions ? http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf PRICING The prices shall be inclusive of all costs. DESCRIPTION QTY UNIT PRICE AMOUNT BASIC ITEM 01 IRIS/Radar Display Server/Archive Software License 5 ea ____________ ___________ Contractor Proposed Delivery Date ________ BASIC ITEM 02 IRIS/Display Client Software License 1 ea _____________ ____________ Contractor Proposed Delivery Date _________ BASIC ITEM 03 IRIS/Analysis Product Generation Software License 1 ea ______________ ____________ Contractor Proposed Delivery Date _________ OPTION ITEM 04 Digital AFC Modules Up to 10 ea ______________ ____________ Contractor Proposed Delivery Date _________ Estimated Shipping Cost _________ OPTION ITEM 05 IF Digitizers (Rev E) Up to 11 ea _______________ ___________ Contractor Proposed Delivery Date _________ Estimated Shipping Cost _________ OPTION ITEM 06 RVP-8/Rx cards Up to 5 ea _______________ ____________ Contractor Proposed Delivery Date _________ Estimated Shipping Cost _________ OPTION ITEM 07 RVP-8 Standard Software License Up to 2 ea ____________ ___________ Contractor Proposed Delivery Date ________ OPTION ITEM 08 Non-reoccurring Engineering Development for Software Customization in person-hours to be ordered within six months after receipt of award. Up to 250 hr _____________ ____________ OPTION ITEM 09 Site Visit to NOAA/AOC for Installation Support (2 persons, 3 days per visit) to be ordered within six months after receipt of award Up to 3 sv ______________ ____________ TOTAL AMOUNT (CLINS 01 ? 09) _____________ TIME OF DELIVERY The Government's delivery schedule is as follows: Items 01, 02, and 03 within 30 days after receipt of written notice of award Items 04, 05, 06 within 90 days after exercise of option Item 07 within 30 days after exercise of option Item 08 and 09 to be mutually agreed upon after exercise of option The Government will evaluate equally, with regards to time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable delivery period specified above, may be considered non-responsive and rejected. If the offeror proposes no other delivery schedule, the delivery schedule above will apply. OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEMS The Government may require the delivery of the numbered line item, identified in the schedule as an option item, in the quantity and at the price stated in the schedule. The Contracting Officer may exercise the option by written notice to the Contractor within six months after contractor receives notice of award. A delivery schedule for any added item shall be mutually agreed upon at the time the option is exercised. SOLICITATION INFORMATION All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). For instructions on how to register in CCR and ORCA please access the following web site: http://www.bpn.gov. In order to register with the CCR and ORCA and become eligible to receive an award, all Offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet Number may be acquired free of charge by contacting Dun & Bradstreet at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at 800-333-0505.
- Place of Performance
- Address: Westford,MA
- Zip Code: 01886-3525
- Country: UNITED STATES
- Zip Code: 01886-3525
- Record
- SN01108726-W 20060810/060808220255 (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 |