Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2018 FBO #5992
SOLICITATION NOTICE

99 -- KN XaaS-Geospatially Enabled Dataset - HM047618R0025_Attachment J-02_PPQ - HM047618R0025_Attachment J-01_SOW - HM047618R0025_RFP Clauses - HM047618R0025_RFP Instructions & Evaluation Criteria

Notice Date
4/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSC - Commercial Imagery, R&D, and Resource Management, Attn: OCSC Mail Stop S84-OCSC7500 Geoint Drive, Springfield, Virginia, 22150, United States
 
ZIP Code
22150
 
Solicitation Number
HM0476-18-R-0025
 
Archive Date
6/2/2018
 
Point of Contact
Kebra L.Beckford, Phone: 5715572430, Johnetta B. Williams, Phone: 571-557-2399
 
E-Mail Address
kebra.l.beckford@nga.mil, Johnetta.B.Williams@nga.mil
(kebra.l.beckford@nga.mil, Johnetta.B.Williams@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
Proposal Instructions & Evaluation Criteria RFP Clauses SOW Past Performance Questionnaire 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; proposals are being requested HM0476-18-R-0025 is being issued as a Request for Proposal (RFP), for providing a commercially developed, UNCLASSIFIED foundational GEOINT information (non-analytic) dataset that identifies general military-related facilities in North Korea with attribution describing key physical characteristics of each site, provided in accordance with the GEOINT Content Extraction Specification (GCES) v7.0.3.4 where possible. This acquisition is a 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code is 541370 and the size standard is $15.0 mil. Contract start is anticipated for May 31, 2018. BASIS FOR AWARD: A single award will be made to the responsible offeror whose proposal provides the greatest overall value to the Government, price and other factors considered. Proposals shall be submitted in accordance to the attached Instructions and Evaluation Criteria. Proposals must include vendor’s TIN (Tax Identification Number) and DUNS number. Vendors must be registered in the Systems Award Management System https://www.sam.gov. Proposals must include a completed copy of FAR 52.212-3 Offeror Representations and Certifications, Commercial Items, paragraphs (c) through (u). If the Offeror has completed the annual representations and certifications electronically at the SAMS website https://www.sam.gov, submit only paragraph (b) from the provisions and a DUNS number. FAR 52.212-1 Instructions to Offers-Commercial Items and FAR 52.212-2 Evaluation –Commercial Items is applicable with the following factors used to evaluate proposals: Technical, Past Performance and Price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1f6827cf9bd75fe97e470bb48a112d09)
 
Place of Performance
Address: Contractor Facility- TBD, United States
 
Record
SN04893087-W 20180420/180418230626-1f6827cf9bd75fe97e470bb48a112d09 (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.