Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2004 FBO #0943
MODIFICATION

T -- Photographic Services for the National Geodetic Survey

Notice Date
6/24/2004
 
Notice Type
Modification
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
DG133C-04-RQ-0141
 
Response Due
7/2/2004
 
Archive Date
7/17/2004
 
Point of Contact
Robert McNamara, Contract Specialist, Phone 301-713-3038 x181, Fax 301-713-8037,
 
E-Mail Address
Robert.Mcnamara@noaa.gov
 
Description
This is a modification to the previous announcement. The due date for proposals has been changed to 12:00PM eastern time, Friday July 2, 2004. A change to the requirement will be posted regarding the use of R3 or similar materials. Any questions may be directed to Robert M. McNamara on 301-713-0820 x144 or by e-mail to robert.mcnamara@noaa.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, and Subpart 13.5, as supplemented with additional information included in this notice. This announcement, DG133C-04-RQ-0141, constitutes the only solicitation; quotes are being requested and a separate solicitation will not be issued. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Geodetic Survey (NGS), requires the services of a contractor for the processing, printing, scanning and storage of color, black and white panchromatic and color and black and white infrared aerial film supplied by the COTR. The Government contemplates issuing a five-year purchase order with an estimated total value of one million dollars. In addition to meeting the requirements of the Statement of Work (SOW), the contractor shall have the capacity to deliver up to 5 rolls of aerial film in a 24 hour period when issued a request by the COTR. Next day service and overnight film delivery will be required. The rejection rate of all products delivered shall be no more than 2%. The contractor?s storage facility shall meet the temperature and humidity specifications appropriate for the long-term storage of aerial photographic film and also have the capability for dry fire control. The award will be made on a best value basis. Evaluation factors are: 1) Approach (management and technical); 2) Past Performance; and 3) Price. The purchase order will include provisions and clauses in effect at time of award. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply: FAR 52.212-1, Instructions to Offerors - Commercial; FAR 52.212-2, Evaluation ? Commercial Items. The Government may award a purchase order to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offerors must include a completed copy of Offeror Representations and Certifications, FAR 52.212-3, along with the offer. FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition and there are no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional clauses are applicable to this acquisition: FAR 52.204-7, Central Contractor Registration; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam era; 52.222-36, Affirmative Action for Workers with Disabilities; 52-222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.249-2, Termination for Convenience of the Government (Fixed Price) (Short Form) and CAR 1352.239-73- Security Requirements ? Information Technology Resources. Interested contractors are invited to review the attached Statement of Work entitled ?Photographic Services for the National Geodetic Survey,? dated 5/24/04, and Attachment 1, Price List. Offerors should submit a quote which includes: 1) a narrative of no more than 10 pages describing how it intends to meet the requirement and describing how the work will be performed and managed, 2) firm fixed prices for the list of items in Attachment 1 for each of the five years and 3) information regarding work performed on similar contracts (no less than 3), including name and address of client, contract number and amount, description of work, dates of performance and contact name and phone number. Quotes shall be submitted to be received no later than June 25, 2004 in hard copy and electronic format to: Robert M. McNamara, U.S. Department of Commerce, National Oceanic and Atmospheric Administration, SSMC 4, OFA65, Station 7167, 1305 East-West Highway, Silver Spring, MD 20910 and to Robert.McNamara@noaa.gov.
 
Place of Performance
Address: National Geodetic Survey, National Oceanic and Atmospheric Administration, 1315 East-West Highway, Silver Spring, MD 20910
 
Record
SN00609324-W 20040626/040624211756 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.