SOLICITATION NOTICE
B -- UKIRT DEBRIS OBSERVATIONS PILOT PROJECT
- Notice Date
- 3/21/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 19111
- Solicitation Number
- N0018919QZ164
- Response Due
- 3/25/2019
- Archive Date
- 3/29/2019
- Point of Contact
- ADAM HESTER 2156979577
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A COMPETITIVE SOLICITATION. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The Solicitation number, N0018919QZ164. The proposed contract action is for commercial supplies, in accordance with the Requirements Statement. The NAICS code is 541512 and the Small Business Standard is $27.5M. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFARS Change Notice 20180928. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Philadelphia Office intends to solicit Steward Observatory, University of Arizona (UA)on a sole source basis. This action will result in a firm fixed-price (FFP) purchase order. The proposed acquisition is for contractor services for Research into the generation and evolution of orbital debris, primarily in the geosynchronous belt and beyond. Primary interest is in the collection and analysis of infrared phenomenology, with a focus on observing small objects (1U or smaller) in the short wave, midwave and long wave infrared (SWIR, MWIR, and LWIR) for the United States Naval Observatory (USNO). Services are to be provided at the University of Arizona, Tucson and at the United Kingdom Infra-Red Telescope (UKIRT) telescope site located in Hilo, Hawaii. The sole source vendor is Dr. Eric Pearce, Professor, Steward Observatory, University of Arizona, (CAGE: 0LJH3), 933 North Cherry Avenue, Tucson, AZ. 85719-4933. The awarded contract for the above requirement is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority for FAR Part 13.106-1(b), Soliciting from a single source. Interested persons may identify their interest and capability to respond to future similar requirements, however, this notice is not intended to be a request for competitive quotations from any source. The Technical Requirements/Tasks are as follows: The contractor (UA) shall support the following tasks: TASK 1. Organizing Data Collection Campaigns that Use UKIRT Time Most Efficiently: This task will rely on the extensive experience UA has in using UKIRT to collect characterization data on space debris. The effort will include support in writing a brief description and scientific justification for the collection to obtain UH concurrence. Collection description and justification documents constitute a deliverable for this task. TASK 2. On-Site Supervision/Monitoring of Data Collection: UH requires on-site supervision of the collection process by a principle investigator when using any of the UKIRT Cassegrain instruments. As a result, UA personnel will need to travel to Hilo, Hawaii, when the data collection involves the Cassegrain instruments. TASK 3. Processing UKIRT Data: UA will work with USNO or USNO-designated third party contractor personnel to make the UKIRT data processing packages currently at UA available for local processing (USNO and UA) of UKIRT data. In addition, UA will work with USNO or USNO-designated third party contractor personnel to develop and deploy additional processing routines, if necessary. The UKIRT data processing packages constitute a deliverable for this task. TASK 4. Data Interpretation: UA will participate in discussions with USNO and affiliated personnel in the proper interpretation of the results of the UKIRT data collection campaigns. This effort will likely require some travel to USNO facilities in Flagstaff, Arizona. TASK 5. Publication/Presentation of Results: UA personnel will assist in preparing publication quality papers and presentations documenting the results of the data collection campaigns. UA personnel will present the results at an open conference that focuses in part on space debris research, as warranted. This effort will require travel to the AMOS conference that is held in Maui, Hawaii, in September 2019 (base) and September 2020 (option). TASK 6. Processing Archived UKIRT Data: UA has extensive archives of unprocessed UKIRT data collected between November 2016 and February 2017. UA will provide a copy of these archives to USNO, which will assist UA in cataloging the contents of the archives, processing a portion of the data, interpreting the results, and preparing publication quality papers and presentations documenting the results, if warranted. A copy of the data archives is the only required deliverable for this task. (See the Statement of Work (SOW) for a thorough description of the Government s requirement.) DELIVERABLES In addition to the deliverables listed for the specific tasks outlined in the previous section, the contractor (UA) shall provide a written status report to the USNO at the end of each month during the period of performance. This report shall include a brief statement on the status of each task, indicating the progress, and documenting any problems encountered. The work described in this PWS is performed on a firm fixed price basis with good faith estimates towards the tasks outline in Section 3 above. The University shall notify the USNO in writing whenever it has reason to believe that requested scope of work it expects to incur under this contract in the next 60 days, when added to all costs previously incurred, will exceed 80 percent of the currently contracted effort. Agency Name: U.S. Naval Observatory Address: 3450 Massachusetts Ave. NW Washington, DC 20392-5420 III. Period of Performance Base: UKIRT data and observation services: 9 months from date of award Option I: UKIRT data and observation services: 9 months VI. Place of Performance The principle place of performance will be at the University of Arizona, Tucson, Arizona. The University of Arizona will provide all required workspace, information technology equipment, etc., to perform the planning and analysis work. USNO will ensure that time is available on UKIRT and with the UKIRT and Institute for Astronomy staff to plan and execute the observations and retrieve the data. Access to UKIRT to support these observations will be provided at no cost to UA. UA will adhere to established USNO procedures for obtaining and scheduling observing time on UKIRT. VII. Contract Point of Contact 1. The local points of contacts are provided for consultations and implementations if needed and conversion of the local telephone lines, prior to the system conversion. 1.1. [To be determined] Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The provision at 52.212-1 (Instructions to Offerors -- Commercial) applies to this solicitation. Quoters are advised to include a completed copy of the provision at 52.212-3 (Offeror Representations and Certifications -- Commercial Items) and its ALT I with quotes. The clauses at 52.212-4 (Contract Terms and Conditions -- Commercial Items) and 52.212-5 (Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items) apply to this acquisition. More detail regarding the Government s specifications (including its minimum need) as well as additional clauses and provisions applicable to this solicitation and the resultant contract are provided as an attachment to this posting. To the maximum extent practicable, clauses shall be incorporated by reference into the resultant contract. Clauses and Provisions The following FAR and DFARS clauses and provisions are applicable to this procurement: The following FAR and DFAR clauses and provisions are incorporated by reference: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 CAGE Maintenance 52.209-11 Representation by Corporations Regarding Deliquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation Commercial Items 52.212-3 Alt I Offeror Representations and Certifications Commercial Items 52.232-18 Availability of Funds 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.245-1 Government Property 52.245-2 Government Property (Installation Operation Services) 52.245-9 Use and Chages 52.247-34 F.O.B.Destination 252.201-7000 Contracting Officer s Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7007 Reporting of Government-Furnished Property 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7009 Representation of Use of Cloud Computing 252.239-7010 Cloud Computing Services 252.239-7017 Notice of Supply Chain Risk 252.239-7018 Supply Chain Risk 252.244-7000 Subcontracts for Commercial Items 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property 252.245-7002 Reporting Loss of Government Property 252.245-7003 Contractor Property Management System Administration 252.245-7004 Reporting, Reutilization, and Disposal 252.246-7003 Notification of Potential Safety Issues 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea The following FAR and DFAR clauses and provisions are incorporated by full text: 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statuses or Executive Orders Commercial Items o 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards o 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment o 52.222-3 Convict Labor o 52.222-21 Prohibition of Segregated Facilities o 52.222-26 Equal Opportunity o 52.222-35 Equal Opportunity for Veterans o 52.222-36 Affirmative Action for Workers with Disabilities o 52.222-37 Employment Reports on Disabled Veterans o 52.222-40 Notification of Employee Rights Under the National Labor Relations Act o 52.222-50 Combatting Trafficking in Persons o 52.222-50 ALT I Combatting Trafficking in Persons o 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving o 52.224-3 Privacy Training o 52.225-13 Restriction on Foreign Purchases o 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration o 52.239-1 Privacy or Security Safeguards 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services -- (Notification at least 15 days before expiration; option exercise at least 10 days before contract expiration) 52.217-9 Option to Extend the Term of the Contract -- (Notification at least 15 days before expiration; option exercise at least 10 days before contract expiration) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.232-7006 Wide Area Workflow Payment Instructions SUPTXT204-9400 (1-17) Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems SUPTXT243-9400 (1-92) Authorized Changes Only By The Contracting Officer 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE -- This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ ; DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/. (End of provision) System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All responsible sources may submit a quote; however, only supplies and services meeting the end user s requirements will be considered for award. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, and business size. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All submissions and questions shall be submitted in writing via email to the below-listed point of contact. This announcement will close at 4pm EST on 03/25/2019. Contact Adam Hester who can be reached at 215-697-9577 or email adam.hester@navy.mil. ******* End of Combined Synopsis/Solicitation ******** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018919QZ164/listing.html)
- Record
- SN05257169-F 20190323/190321230051 (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 |