SOLICITATION NOTICE
R -- Engineering & technical support of Phased Array Radr
- Notice Date
- 12/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Office of Oceanic and Atmospheric Research, 1315 East-West Highway, Silver Spring, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- NRMAG000-11-02182DG
- Archive Date
- 1/5/2011
- Point of Contact
- Dena Grose, Phone: 405 325-6513
- E-Mail Address
-
dena.grose@noaa.gov
(dena.grose@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NRMAG000-11-02182. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. (IV) This procurement will be set aside for small business if qualified responses are received. The associated NAICS code is 541990. The small business size standard is $7 million. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: The National Severe Storms Laboratory (NSSL), National Oceanic and Atmospheric Administration (NOAA), U.S. Department of Commerce (DOC) in Norman, Oklahoma intends to negotiate with only one source, Lockheed Martin Corporation located in Moorestown, New Jersey for Original Equipment Manufacturer (OEM) engineering, technical and computer support maintenance services for the SPY-1A phased array radar to include technical and computer program support services in troubleshooting, repairing, and testing of SPY-1A and related equipment system interfaces to facilitate NSSL operations and testing efforts; equipment maintenance; configuration management support, and training for SPY-1A equipment operation and casualty recovery. The NSSL and a consortium of ten organizations, including the FAA, Department of Navy, and the University of Oklahoma constructed the National Weather Radar Testbed (NWRT) in Norman, Oklahoma to adapt and develop the phased array radar for weather applications. For its part, the US Navy loaned a battle spare SPY-1A phased array radar to the NSSL. The SPY-1A technology was obtained for the NWRT because of the ability for rapid scans. It is anticipated that adapting this technology for weather purposes can increase warning times by as much as 70 percent. Using multiple beams and frequencies that are controlled electronically, the SPY-1A's phased array radar reduces the scan time of severe weather from six minutes for NEXRAD radar to only one minute. Per the Memorandum of Agreement (MOA) with the Navy and the FAA, NOAA is required to maintain the radar in good battle ready operating condition for the duration of the loan. In order to maintain the equipment in this battle ready state and meet the requirements of the MOA, maintenance services and replacement parts are required from Lockheed Martin. As the original SPY-1A equipment designer and manufacturer for the Navy, Lockheed Martin has extensive experience and background in the design/development, production and integration, operation and maintenance for the SPY-1A radar. They are also the only known manufacturer of the parts for the SPY-1A radar and the only one capable of providing the spare parts. The SPY-1A equipment and technology is proprietary only to Lockheed Martin, which was developed and engineered for the Navy. Due to the unique capability of Lockheed Martin to provide the needed services and supplies in support of the continued operation of the SPY-1A in NWRT, there is no other one responsible source other than Lockheed Martin. NSSL's agreement to maintain the system in battle readiness requires contract support services from Lockheed Martin. The proposed contract is for a one-year period. This notice represents the only official notice of a solicitation. (VI) Other offerors must provide documentation that confirms ability and access to work on and provide spare parts for the SPY-1 radar. (VII) Place of delivery is National Severe Storms Laboratory, 120 David L. Boren Blvd., Norman, Oklahoma, 73072. Period of performance is January 1 through December 31, 2011. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is herby completed as follows: Award will be made to Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the follow evaluation criteria: 1) Technical Ability and 2) Price. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 251 note). (16) 52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2). (17) 52.222-3, Convict Labor (June 2008) (E.O. 11755). (18) 52.222-19, Child Labor-Cooperation with Authorities and Representation (June 2007) (15 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (29) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). (30)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2212 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (32) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury). (37) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (a) apply: None in this subparagraph apply. (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: http:www.arnet.gov The following other terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.232-7 Payments under Time-and-Materials and Labor-Hour Contracts (Feb 2007) (XIV) As prescribed in 48 CFR 1301.602-170, Contracting Officer's Authority (Apr 2010) - The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XVI) The Government intends to award a time and materials order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 5:00 P.M. CDT on December 21, 2010. All quotes must be faxed or emailed to the attention of Dena Grose. The fax number is (405) 325-1889 and email address is Dena.Grose@noaa.gov. (XVII) Any questions regarding this solicitation should be directed to Dena Grose, Dena.Grose@noaa.gov or (405) 325-6513.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/OCSOAR/NRMAG000-11-02182DG/listing.html)
- Place of Performance
- Address: 120 David L Boren Blvd, Norman, Oklahoma, 73072, United States
- Zip Code: 73072
- Zip Code: 73072
- Record
- SN02335822-W 20101203/101201233954-22d3fee43f66bf85feb16dd7cd2d42e6 (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 |