SOLICITATION NOTICE
D -- BRAND REQUIREMENT - SOFTWARE LICENSE FOR MYRIAX SOFTWARE FOR FISHERY RESOURCE ANALYSIS & MANAGEMENT (FRAM)
- Notice Date
- 8/29/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- NFFP7410-12-05828SRG
- Archive Date
- 9/5/2012
- Point of Contact
- Suzanne A Romberg-Garrett, Phone: 303-497-5110
- E-Mail Address
-
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION BRAND REQUIREMENT - SOFTWARE LICENSE FOR MYRIAX SOFTWARE FOR FISHERY RESOURCE ANALYSIS & MANAGEMENT (FRAM) (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 is NFFP7410-12-05828SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-¬¬60. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 334290. The business size standard is 750 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial products: CLIN 0001 - SOFTWARE LICENSE FOR MYRIAX SOFTWARE BRAND "ECHOVIEW IS THE WORLD STANDARD FOR FISHERIES ACOUSTICS. THE FRAM ACOUSTICS TEAM HAS BEEN USING THIS SOFTWARE FOR ABOUT 10 YEARS AND IT IS REFERENCED IN OUR NATIONAL PROTOCOLS AS PART OF OUR ANALYSIS METHODS." (VI) Description of requirements is as follows: CLIN 0001 - SOFTWARE LICENSE FOR MYRIAX SOFTWARE 1. QTY OF 1 ECO-BASE, ECHOVIEW SOFTWARE - BASE MODEL FOR SALTWARE, SUBSEQUENT MODULE 2. QTY OF 1 ECO-BATH, ECHOVIEW SOFTWARE - BATHYMETRY MODULE FOR SALTWATER APPLICATIONS 3. QTY OF 1 ECO-ANEXP, ECHOVIEW SOFTWARE - ANALYSIS EXPORT MODULE FOR SALTWATER APLLICATIONS 4. QTY OF 1 ECO-LIVE, ECHOVIEW SOFTWARE - LIVE VIEWING MODULE FOR SALTWARER APPLICATIONS 5. QTY OF 1 ECO SCHOOL SCHOOLS DETECTION MODULE FOR SALTWARER APPLICATIONS 6. QTY 1 ECO-VIRT, ECHOVIEW SOFTWARE - VIRTUAL ECHOGRAM MODULA FOR SALTWATER APPLICATIONS (VII) Delivery shall be to Fisheries RES Analysis & Monitori, NOAA/NMFS 2725 Montlake, Blvd E, Seattle, WA 98112. The period of performance is September 1, 2012 through August 31, 2013. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (FEB 2012), applies to this acquisition. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.gov or faxed at 303-497-3163 no later than 4:00 p.m. MST, August 31, 2012. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm Lowest Price Technically Acceptable. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Capability to meet the requirement 2) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis capability to provide the requirements to either a single vendor or multiple vendors to be rotated for orders. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 2012), with its quote. The offeror shall complete the annual representations and certifications electronically at http://sam.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) 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 (AUG 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAY 2011) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 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 (End of Clause) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.216-7, Allowable Cost and Payment (Jun 2011) 52.217-8, Option to Extend Services (Nov 1999) 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997) 52.246-16, Responsibilities For Supplies (Apr 1984) Department of Commerce Clauses: 1352.201-70, 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. (End of clause) 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance in accord with the terms of the contract. (End of clause) CAR 1352.239-70 SOFTWARE LICENSE ADDENDUM (APR 2010) (a) This Addendum incorporates certain terms and conditions relating to federal procurement actions. The terms and conditions of this Addendum take precedence over the terms and conditions contained in any license agreement or other contract documents entered into between the parties. (b) Governing Law: Federal procurement law and regulations, including the Contract Disputes Act, 41 U.S.C. Section 601 et. seq., and the Federal Acquisition Regulation (FAR), govern the agreement between the parties. Litigation arising out of this contract may be filed only in those fora that have jurisdiction over federal procurement matters. (c) Attorney's Fees: Attorney's fees are payable by the federal government in any action arising under this contract only pursuant to the Equal Access in Justice Act, 5 U.S.C. Section 504. (d) No Indemnification: The federal government will not be liable for any claim for indemnification; such payments may violate the Anti-Deficiency Act, 31 U.S.C. Section 1341(a). (e) Assignment: Payments may only be assigned in accordance with the Assignment of Claims Act, 31 U.S.C. Section 3727, and FAR Subpart 32.8, "Assignment of Claims." (f) Invoices: Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. Section 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. (g) Patent and Copyright Infringement: Patent or copyright infringement suits brought against the United States as a party may only be defended by the U.S. Department of Justice (28 U.S.C. Section 516). (h) Renewal of Support after Expiration of this Award: Service will not automatically renew after expiration of the initial term of this agreement. (i) Renewal may only occur in accord with (1) the mutual agreement of the parties; or (2) an option renewal clause allowing the Government to unilaterally exercise one or more options to extend the term of the agreement. (End of clause) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of provision) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. Mountain Standard Time on MST, September 4, 2012. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-3163 and the email address is Suzanne.Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett through the email address: Suzanne.Garrett@noaa.gov or fax (303) 497-3163.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NFFP7410-12-05828SRG/listing.html)
- Place of Performance
- Address: Fisheries RES Analysis & Monitoring, NOAA/NMFS 2725 Montlake Blvd E, SEATTLE, Washington, 98112, United States
- Zip Code: 98112
- Zip Code: 98112
- Record
- SN02860073-W 20120831/120829235534-275d5149fc28b029c6757665bb5ba057 (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 |