SPECIAL NOTICE
X -- Master Station Mt GIlead - Justification for Sole Source
- Notice Date
- 12/1/2014
- Notice Type
- Special Notice
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, National Centers Servicing Unit, Fort Worth Federal Center, Building 23, 501 Felix Street, Fort Worth, Texas, 76115, United States
- ZIP Code
- 76115
- Solicitation Number
- MTGILEAD
- Archive Date
- 1/1/2015
- Point of Contact
- George Darin Wilson, Phone: 817-509-3503, Danny L. Kelly, Phone: 8175093514
- E-Mail Address
-
george.wilson@ftw.usda.gov, danny.kelly@ftw.usda.gov
(george.wilson@ftw.usda.gov, danny.kelly@ftw.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Justification for Sole Source Notice Information Solicitation: NWCC-Master Stations Agency/Office: Natural Resources Conservation Service Location: National Centers Servicing Unit Title: Mt. Gilead Contract Award Date: 01/01/2015 Description(s): This notice is being published in accordance with Federal Acquisition Regulation (FAR) Part 5.101 requiring the dissemination of information for proposed contract actions. This is a notice of intent to award a sole source contract and is not a request for competitive proposals. The United States Department of Agriculture's (USDA) Natural Resources Conservation Service (NRCS) intends to issue a sole source, firm-fixed-price contract to Michael Edwin Jordan for a small portion land lease to house the Mt. Gilead Master Station in Delaware,Ohio. National Water and Climate Center (NWCC) operates these Master Stations to accept and relay weather data from around the United States. The National Water and Climate Center (NWCC) collects data from multiple Meteorburst master stations in order to obtain remote station data from SNOTEL and SCAN systems. These projects range from helping to monitor and predict the snowmelt runoff and required reservoir storage to crop water uses. The Mt Gilead master station is a receive site collecting data from weather stations within the surrounding nine hundred miles. Located in farming community with minimum RF and electrical interference, the land is flat and clear making it an ideal location for a meteorburst master station. The site consists of an air conditioned stick built building approximately ten feet by fifteen feet mounted on a concrete foundation and houses the two six hundred pound transmitters as well as a rack of equipment including the receivers, computers, and station controller and a work bench. The building also includes an annex on the front for equipment storage. The building is totally screened inside with copper screening designed to reject RF interference. Outside the site consists of nine forty foot antenna towers, one holding the dual crossed dipole transmit antenna and the other eight mount the thirty foot yagi receive antennas. The tower bases are sunk in four foot square by 6 foot deep concrete foundations. The heliax antenna cables are run in two inch conduit from each antenna tower to the shelter. These stations are permanent and cannot easily be relocated and have been at the same location for years and it is the agency's intent to sign a one year contract with 4 option years. There is no reasonable expectation that the agency could relocate this station without excessive cost to the government therefore our intent is to sole source this contract. This notice of intent is not a request for competitive proposals. However, all responsible sources may submit a capability statement demonstrating their ability to provide the requested items/services or an exception to the intent to purchase on a sole source basis, which shall be considered by the Government if received by Wednesday, December 17th, 2014at 11:00 a.m., local time, Fort Worth, Texas (Central Time). Written responses to this synopsis shall contain sufficient documentation to establish your capability to fulfill the requirement. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. NRCS will not be responsible for any costs incurred by interested parties in responding to this notice. Please email Darin Wilson at george.wilson@ftw.usda.gov with responses or questions regarding this requirement. This notice will close on December 17th, 2014 at 11:00 a.m. Central Time. FAR 52.204-7 System for Award Management (JUL 2013) - in all orders unless an exception applies as listed in FAR 4.1102(a). FAR 52.204-8 Annual Representations And Certifications (MAY 2014) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) - When performance requires contractor personnel to have access to Department of Agriculture facilities or information systems. FAR 52.204-13 System for Award Management Maintenance (JUL 2013) FAR 52.213-2 Invoices (APR 84)- Applies to orders that authorize advance payments for subscriptions or other charges for newspapers, magazines, periodicals, or other publications. FAR 52.213-3 Notice to Suppliers (APR 84)- Applies to unpriced (Not-To-Exceed (NTE)) purchase orders. FAR 52-213-4 Terms and Conditions-Simplified Acquisitions (Other than Commercial Items) (May 2014)- Applies to simplified acquisitions that exceed the micro-purchase threshold that are for other than commercial items. FAR 52.216-24* Limitation of Government Liability (Apr 1984) FAR 52.216-25* Contract Definitization (Oct 2010) FAR 52-217-6 Option for Increased Quantity (MAR 89) - Exercise of the option shall be provided within 30 days of expiration of the current period. (If no specified number of days, the Government may exercise the option quantity up to the last day of the current period). FAR 52.217-8 Option to Extend Services (NOV 99) - Exercise of the option shall be provided within 1 days of expiration of the current period. (If no specified number of days, the Government may exercise the option quantity up to the last day of the current period). FAR 52.217-9 Option to Extend the Term of the Contract (MAR 00) - Preliminary written notice of the Government's intention to exercise of the option shall be provided within 10 days of expiration of the current period. The Government shall exercise the option period in writing within 10 days of the expiration of the current period. (Unless a different number of days is specified above, the days shall be 60 and 30, respectively). FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JAN 2014) - Include in all solicitations and contracts/orders for the acquisition of supplies that are expected to exceed the micro-purchase threshold. FAR 52.222-50* Combating Trafficking in Persons. (FEB 2009) FAR 52.223-6 Drug-Free Workplace (MAY 01)- Applies to all solicitations and contracts, including modifications to contracts issued under FAR 6.3, except- actions under the simplified acquisition threshold (unless awarded to an individual); for the acquisition of commercial items; when performed outside the United States and its outlying areas; if determined by a Law Enforcement Agency Head that application would be inappropriate in connection with the law enforcement agency's undercover operations. FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008) FAR 52.223-18* Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13* Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.225-25* Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Dec 2012) FAR 52.232-18 Availability of funds (APR 84)- Applies if order will be chargeable to funds of the new year and the contracting action is to be initiated before funds become available. A clear indication of the application of the Availability of Funds clause to the order should be clearly indicated on the front page of the order. FAR 52.232-23 Assignment of Claims (May 2014) - Applies when the order is expected to exceed the micro-purchase threshold, unless the order specifically prohibits assignment of claims. FAR 52.232-25 Prompt Payment (JUL 2013) FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013). FAR 52.232-34 Payment by Electronic Funds Transfer - Other than System for Award Management (JUL 2013). FAR 52.232-36 Payment by Third Party. (May 2014) FAR 52.232-39* Unenforceability of Unauthorized Obligations (JUN 2013) FAR 52.233-3* Protest after Award (Aug. 1996) FAR 52.233-4* Applicable Law For Breach Of Contract Claim (OCT 2004) FAR 52.242-15 Stop Work Order (AUG 89) FAR 52.244-6* Subcontracts for Commercial Items (May 2014) FAR 52.246-1 Contractor Inspection (APR 84) FAR 52.247-29 F.O.B. Origin (FEB 06) - Applies when the delivery term is F.O.B. origin. FAR 52.247-34* F.O.B. Destination (NOV 91) Applies when the delivery term is F.O.B. destination. FAR 52.247-35 F.O.B. Destination within Consignee's Premises(APR 84) FAR 52.249-1 Termination for the Convenience of the Government (Fixed-Price) (Short Form) (APR 84). FAR 52.252-2 Clauses Incorporated by Reference (FEB 98) - This order incorporates the following clauses by reference with the same force and effect as if they were given in full text. The contractor shall complete any required information items below in applicable provisions/clauses. Clauses clearly not applicable by virtue of the nature of the requirement (e.g., the option clause(s) in a requirement without option quantities or periods), are considered self-deleting.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/NBMC/MTGILEAD/listing.html)
- Place of Performance
- Address: Mt. Gilead, Ohio, 43015-9335, United States
- Zip Code: 43015-9335
- Zip Code: 43015-9335
- Record
- SN03584076-W 20141203/141201234159-877f066240903c4d3d0bd62b5a421d8b (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 |