Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2011 FBO #3525
SOLICITATION NOTICE

L -- Combined Synopsis/Solicitation for notice of intent to award sole source for LCAC FMT troubleshooting effort.

Notice Date
7/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
N61340 NAVAL AIR WARFARE CENTER TRAINING SYSTEMS DIVISION 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134011T0028
 
Response Due
7/28/2011
 
Archive Date
8/12/2011
 
Point of Contact
David Kors 4073804299 Main Contact: David Kors, 407 380 4299, david.kors@navy.mil.
 
E-Mail Address
ate
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation in accordance with the information in FAR Subpart 12.6 using Simplified Acquisition Procedures. This combined synopsis/solicitation will be posted on NECO and satisfies the requirement of FAR 5.101(a)(2). The solicitation, reference number N61340-11-T-0028, incorporates the provisions and clauses in effect through FAC 2005-53. The Government has determined only one source reasonably available under the authority of FAR 13.106-1(b)(1) for this procurement action. This notice of intent is not a request for competitive quotes or proposals. The NAICS code for this procurement is 541511 and the size standard is $25.0M. This combined synopsis/solicitation is intended to be a sole source, firm fixed price contract. Currently the LCAC FMT Training Device 20G6 SN1 in Coronado NAB, California is experiencing unexpected navigator student station crashing when the student places the radar on standby or a radar malfunction is inserted from the instructor station. The following requirements indicate the tasks required by the contractor to troubleshoot the current problem: Travel to EWTGPAC in Coronado, CA to perform an analysis on LCAC FMT Navigator Student Station and IOS Repeater performance, Software Load and configuration. Troubleshoot the Navigator Student Station; determine the cause of student station crashing when securing the RADAR or when a RADAR malfunction is executed. Upon completion of analysis, make software corrections to LCAC FMT Navigator Student Station if possible. If additional time available: Troubleshoot the IOS station Repeater and determine the cause of IOS repeater station program crashing sporadically. Provide documentation that defines any modification made to the LCAC FMT trainer. Provide Analysis report addressing actions accomplished, analysis findings of system S/W for Navigation Student Station and IOS Repeater. The following GFE will be provided: LCAC Software build laptop Computer “ Dell Alien ware Windows XP M9700 PC-463219A2 Current LCAC FMT Software load “ VEGA Prime 3.0, GL Studio 3.2, MS Visual Studio 2007 The contract is expected to be awarded on or about July 28, 2011 and performance to be started within 1 week after contract award date to meet the schedule availability of the training system. The Naval Air Warfare Center “ Training Systems Division (NAWCTSD) Orlando, FL intends to procure on an other than full an open competition basis, Sole Source, the following service: CLIN 0001 “ 1 Lite LCAC FMT troubleshooting effort. Effort to include travel to Coronado NAB, California to perform a performance analysis of the LCAC FMT Navigator Station, make in scope software corrections and submit a performance analysis report upon completion of the site visit. This requirement is intended to be a sole source award to DiSTI Inc., as the only source that can provide these services that meet the Government requirements that were specifically designed for the LCAC FMT Navigator Station by DiSTI Inc. Any firm that believes they can provide these services may submit a written response to the Contracting Office no later than 10 days after the publication of this notice. It must clearly show the firm ™s ability to be responsive without compromising the quality of the service and without causing programmatic hardship. All responsible sources may submit a quotation which may be considered by the agency. The following FAR/DFARS provisions apply to this acquisition: 52.212-1, Instructions to Offerors “ Commercial Items (Jun 2008) 52.212-3, Offeror Representations and Certifications “ Commercial items (May 2011) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) The following FAR/DFARS clauses apply to this acquisition: 52.204-7 Central Contractor Registration (Apr 2008) 52.212-4 Contract Terms and Conditions “ Commercial Items (Jun 2010) 252.204-7004 Alt A. *Required Central Contractor Registration (CCR).* Payment will be made through Wide Area Work Flow (WAWF). (Sep 2007) 52.232-1 Payments (Apr 1984) 52.232-8 Discounts for Prompt Payment (Feb 2002) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2011) Within 52.212-5, the following clauses apply: 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.219-28 Post Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor ”Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999). 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010) 52.225-1 Buy American Act “ Supplies (Feb 2009) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration (Oct 2003) 52.239-1 Privacy or Security Safeguards (Aug 1996) 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2011) Within 252.212-7001, the following clauses apply: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.227-7015 Technical Data “ Commercial Items (MAR 2011) 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) Invoices for this procurement shall be submitted electronically through WAWF. More information will be provided upon contract award. Vendors shall provide Representations and Certifications. If vendors are registered in ORCA, vendors shall submit supplemental information not provided in ORCA. See FAR 52.212-3 for further information. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil. Vendors must be registered in the Central Contractor Registration (CCR), http://ww.ccr.gov/. Quotes shall be received no later than July 28, 2011. Quotes must be in writing. The preferred method for submittal is via email, however quotes may be faxed, submitted electronically via e-mail or mailed to: Naval Air Warfare Center Training Systems Division Orlando, Florida, 12350 Research Parkway, Orlando FL 32826, attn: David Kors Fax: 407-380-8406, Telephone: 407-380-4299, E-mail: david.kors@navy.mil. Vendors submitting their proposals via email are cautioned that files over 10MB and.zip files may be rejected by the Navy ™s server. To ensure quotes are received in a timely fashion, vendors are highly encouraged to use multiple delivery methods. Please confirm receipt prior to closing date and time. For information or questions regarding this sole source notification, contact David Kors at (407) 380-4299.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134011T0028/listing.html)
 
Place of Performance
Address: EWTGPAC
Zip Code: COMMANDING OFFICER
 
Record
SN02502365-W 20110720/110719000758-f77390b2faf1e4e23cbd31344e3ee038 (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.