Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 27, 2009 FBO #2925
SOLICITATION NOTICE

R -- Project Beartrap is chartered with research and development and data collection for intelligence, hardware and software system test, and proof of concepts in the area of Antisubmarine Warfare (ASW)/U

Notice Date
11/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883610R0003
 
Response Due
12/15/2009
 
Archive Date
1/30/2010
 
Point of Contact
Iridious T. Ruise 904-542-1265 Jennifer Reeder, 904-542-1063
 
E-Mail Address
iridious.ruise@navy.mil
(iridious.ruise@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Fleet & Industrial Supply Center, Jacksonville FL intends to issue a combine synopsis/ solicitation prepared in accordance with the format in FAR 12.6 and 16.6, as supplemented with additional information included in this notice for technical and analysis service in support of CNO Project Beartrap as required by Patrol Wing ELEVEN. Service includes operations and maintenance of Project Beartrap worldwide computer network system, development of specialized system software, laboratory data collection, and data collection for intelligence, hardware and software systems test and proof of concepts in the area of Antisubmarine Warfare (ASW) Undersea Warfare (USW). Interested offeror's must possess a top secret facility clearance. To provide technical services, as required by Patrol Wing ELEVEN Special projects Advanced Maritime Projects office Tactics, in support of CNO Project Beartrap and Commander, Patrol and Reconnaissance Group, in support of the integrated Readiness Assessment System (IRAS) and the Joint Operating Planning and Execution System (JOPES) Programs. In the performance of CLIN 0001 and SubCLINS of this contract, the contractor shall provide the following within the time period provided. Period of Performance: 01 Jan 2010- 1Oct 2010. There are four (4) Option periods, CLIN 0002 and SubCLINS, Period of Performance: 01 Oct 2010-30 Sept 2011, CLIN 0003 and SubCLINS Period of Performance: 01 Oct 2012-30 Sept 2013, and CLIN 0004 and SubCLINS Period of Performance: 01 Oct 2013-30 Sept 2014. A solicitation will not be issued. Solicitation number N68836-10-R-0003 applies and is issued as a Request for Proposal. This procurement is set aside 100% for small business purposes. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 541330 and the size standard is $ 4.5 million. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business set-aside, 52.212-4 Contract Terms and Conditions-Commercial Items and The following DFARs clauses apply to this acquisition: 252.20! 4-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award goes to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Lowest Price Technical Acceptable (LPTA).Proposal must be received no later than 12:00 AM, 14 DECEMBER 2009. Quotations must be in writing and may be faxed or mailed to the following. Attn Iridious T. Ruise, Fleet Contracting Center, FISC JAX BLDG 110, Box 97, Naval Station Jacksonville FL, 32212. Fax 904-542-1095, and Telephone 904-542-1265.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836FJDPEN/N6883610R0003/listing.html)
 
Place of Performance
Address: CPRW ELEVEN TACTICS DEPTNaval Air Station Jacksonville, Jacksonville, FL
Zip Code: 32212
 
Record
SN02012424-W 20091127/091125235932-ac328866ff945e55ac8fee5131331c09 (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.