Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2013 FBO #4241
SOLICITATION NOTICE

99 -- THE DATA RECEPTION AND PROCESSING SYSTEMS UPGRADE OF THE POLAR HIPS STATION AT NWS sites - Package #1

Notice Date
7/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
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
DG133E-13-RQ-0492
 
Archive Date
7/30/2013
 
Point of Contact
Jay S Parsick, Phone: 301-628-1409, Jean Mann, Phone: (301)628-1404
 
E-Mail Address
jay.parsick@noaa.gov, Jean.Mann@noaa.gov
(jay.parsick@noaa.gov, Jean.Mann@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will be issued. The solicitation number is DG133E-13-RQ-0492, and the solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60. This solicitation is a small business set-aside. The associated NAICS Code is 334111 size standard of 1,000 employees. Contract Line Item Number CLIN 0001: Base Year: Quantity 1 task: Upgrade the NOAA Polar Satellite HRPT Image Processing Systems (HIPS) for L-Band direct broadcast Data processing of POES, and Metop at Monterey, CA. Include one year minimum hardware warranty. CLIN: 0002: Base Year: Quantity 1 task: Upgrade the NOAA Polar Satellite HRPT Image Processing Systems (HIPS) for X-Band direct broadcast Data processing of NPP, and GCOM at Monterey, CA. Include one year minimum hardware warranty. CLIN: 1001: Option Year 1: Quantity 1 task: Upgrade the NOAA Polar Satellite HRPT Image Processing Systems (HIPS) for L&X Band direct broadcast Data processing of POES, Metop, NPP and GCOM at Miami, FL. Include one year minimum hardware warranty. CLIN: 1002 Option Year 1: Quantity 1 task: Upgrade the NOAA Polar Satellite HRPT Image Processing Systems (HIPS) for L&X Band direct broadcast Data processing of POES, Metop, NPP and GCOM at NSOF, Suitland MD. Include one year minimum hardware warranty. CLIN: 2001: Option Year 2: Quantity 1 task: Upgrade the NOAA Polar Satellite HRPT Image Processing Systems (HIPS) for L&X Band direct broadcast Data processing of POES, Metop, NPP and GCOM at Guam. Include one year minimum hardware warranty. CLIN: 3001: Option Year 3: Quantity 1 task: Upgrade the NOAA Polar Satellite HRPT Image Processing Systems (HIPS) for direct broadcast Data processing of POES, Metop, NPP and GCOM at San Juan, Puerto Rico. Include one year minimum hardware warranty. CLIN: 4001: Option Year 4: Quantity 1 task: Additional Technical support and update for HIPS Sites. Technical support includes telephone support at the HIPS sites, hardware trouble shooting, software updates. Option Years SHALL only be exercised by written notice from the Contracting Officer to the Contractor. All equipment and documentation SHALL be delivered F.O.B Destination to the attention of Kirk Liang. FAR Provision 52.212-1 applies to this acquisition, and there is one addendum to this provision. Specifically, this addendum is as follows: With respect to Paragraph (b)(4) of FAR 52.212-1, the offeror shall (i) provide a technical description of the end items being proposed to satisfy the specification requirements, (ii) address compliance with each specification requirement and provide supporting technical documentation and (iii) identify whether the end items that the offeror is proposing are manufactured or produced by small business concerns in the United States or its outlying areas. FAR Provision 52.212-2 does not apply to this acquisition. Any contract awarded as a result of this RFQ will be to the lowest-priced technically acceptable proposal from a responsible small business concern furnishing end items manufactured or produced by small business concerns in the United States or its outlying areas. In order for a proposal to be technically acceptable, the Government must determine that CLIN 0001, CLIN 0002, CLIN 1001, CLIN 1002, CLIN 2001, CLIN 3001 and CLIN 4001 are technically acceptable in accordance with the terms of this RFQ and the offeror has acceptable past performance. The offeror shall include a completed copy of FAR Provision 52.212-3 in its proposal. FAR Clause 52.212-4 applies to this acquisition, and there are no addenda to this clause. FAR Clause 52.212-5 applies to this acquisition, and the following additional FAR clauses cited in Paragraph (b) of FAR Clause 52.212-5 are applicable to this acquisition: FAR 52.203-6; FAR 52.204-10; FAR 52.209-10; FAR 52.219-6; FAR 52.219-8; FAR 52.219-14; FAR 52.219-28; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.222-40; FAR 52.223-18; FAR 52.225-1; FAR 52.225-13; and FAR 52.232-33. The following additional terms and conditions apply to this acquisition: Commerce Acquisition Regulation (CAR) Clauses: CAR: 1352.201-70 entitled "Contracting Officer's Authority," CAR: 1352.201-72 entitled "Contracting Officer's Representative," CAR 1532.208-70 entitled "Restriction on Printing and Duplicating," CAR: 1352.209-73 entitled "Compliance with the Laws," and CAR: 1352.209-74 entitled "Organizational Conflict of Interest," CAR: 1352,237-70 entitled "Security Processing Requirements - High or Moderate Rick Contracts," CAR: 1352.237-73 entitled "Foreign National Visitor and Guest Access to Departmental Resources." The full text of these CAR clauses may be obtained at http://farsite.hill.af.mil/VFCARA.HTM or by contacting Jay Parsick (e-mail address and phone number identified below). The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Proposals shall be submitted to the attention of Jay Parsick, by e-mail to Jay.Parsick@noaa.gov or by fax (301) 713-4155. Quotes are due by 11:30 am Eastern Daylight Time on July 15, 2013. The name and telephone number of the individual to contact for information regarding this solicitation are Jay Parsick and (301) 628-1409.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/DG133E-13-RQ-0492/listing.html)
 
Place of Performance
Address: 5200 Auth Road, Suitland, Maryland, 20746, United States
Zip Code: 20746
 
Record
SN03106804-W 20130705/130703234758-2cff4610f5c1bb464ba064b0082eb01c (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.