SPECIAL NOTICE
70 -- SAS Maintenance - SOW & JOFOC & TAX LIABILITY
- Notice Date
- 2/12/2013
- Notice Type
- Special Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- NFFKST10-13-01121
- Archive Date
- 3/13/2013
- Point of Contact
- Gina E Lee, Phone: 301-628-1367
- E-Mail Address
-
gina.e.lee@noaa.gov
(gina.e.lee@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work, JOFOC, and Unpaid Tax Liability Form The US Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Strategic Sourcing Acquisition Division intends to negotiate on a sole source basis with Executive Information Systems, LLC using the procedures in FAR Parts 6 and 8, to procure the renewal of SAS Unix Maintenance Agreement for: LINA Base SAS, LINA SAS/ACCESS Interface to PC files, LINA SAS/ACCESS Interface to ORACLE, LINA SAS/STAT, LINA SAS/INSIGHT, LINA SAS/ASSIST, LINA SAS/CONNECT, LINA SAS/FSP, LINA SAS/GRAPH, LINA SAS Integration technologies. Executive Information Systems, LLC is the only party known to NOAA who can meet these requirements. The statutory authority for other than full and open competition is 41 USC 253(c)(1) as implemented by FAR 8.405-6(a)(1)(i)(B), Only one responsible source. The North American Industry Classification Code (NAICS) for this acquisition is 423430 with a small business size standard of 500. This is not a solicitation for competitive quotes. However, if any other interested party believes that it can meet the requirements, it may submit a statement of capabilities, which if timely received, will be considered by NOAA. The capability statement and any other information furnished must be in writing, and must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the foregoing requirements. Please provide commercial and government pricing. Responses must also be accompanied by descriptive literature, warranties, and/or other information that demonstrates that the quote meets all of the foregoing requirements. Capability statements and related materials must be e-mailed to Gina.E.Lee@noaa.gov by February 26, 2013. The Period of Performance is June 1, 2013 through May 31, 2014 with four (4) option periods. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following clauses apply: FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.217-5, Evaluation of Options, FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract. FAR 52.222-21, Prohibition of segregated facilities, 52.232-33, Payment by Electronic Funds Transfer - Central Contract Registration, 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration; 52.232-39, Submission of Electronic Funds Transfer Information with Offer, 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires; CAR clauses may be downloaded at http://www.ecfr.gov. The following provisions and clauses shall apply to this solicitation: CAR 1352.201-70, Contracting Officer's Authority; CAR 1352.209-73, Compliance with the Laws; CAR 1352.209-74, Organizational Conflict of Interest; CAR 1352.246-70, Place of Acceptance current through FAC 2005-63. The determination to compete or not compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Please indicate NFFKST10-13-01121 on your quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NFFKST10-13-01121/listing.html)
- Place of Performance
- Address: Silver Spring, Maryland, 20910, United States
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN02985771-W 20130214/130212234656-33d61738f18110242e9315302604e9e1 (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 |