Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2005 FBO #1383
SOLICITATION NOTICE

B -- Strategic Cost-Benefit Analysis of L2C Deployment

Notice Date
9/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting 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
DG1330-05-RP-1247
 
Response Due
9/19/2005
 
Archive Date
10/4/2005
 
Description
The U.S. Department of Commerce/National Oceanic Atmospheric Administration intends to negotiate, on a sole source basis, a firm-fixed-price (FFP) acquisition with Mr. Irving Levesion, 10 Inverness Lane, Jackson, NJ 08527-4047. This action is being processed in accordance with FAR 6.302-1, only one responsible source, and solicited in accordance with FAR 12, Acquisition of Commercial Items. Description: The Government has a requirement to provide policy-makers with the Interagency E GPS executive Board (IGEB) and oversight agencies with recommendations as to timing, sequencing, number of satellite systems, military considerations, and the role of GPS in a GNSS. The IGEB was established by Presidential directive in 1996 to manage the Global Positioning System (GPS). Until December 2004 IGEB functioned as a senior-level policy making body chaired jointly by the Departments of Defense and Transportation. The new Presidential Directive established a National Space-Based Positioning, Navigation and Timing Executive Committee, co-chaired by the Deputy Secretaries of the Department of Defense and the Department of Transportation or their designated representatives in order to place responsibility for GPS at a higher level and updated the description of agency responsibilities. The recommendations to the IGEB will be based on analysis of the benefits, cost, risks and other strategic alternatives. A strategic cost-benefit analysis is necessary to support these decisions rather than a traditional-cost benefit analysis because costs and benefits depends on scenarios/assumptions about the future development and deployment of civil satellite navigation achieving objectives and risks. This is NOT a request for competitive proposals. However, all information received will be considered by the Government. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Interested parties who believe they can meet the Agency?s requirement are requested to submit in writing an affirmative response demonstrating their technical capabilities. To be considered an affirmative response, all responses must include detailed technical information and other technical literature demonstrating the ability to meet the above requirements. In your response you must address each of the items listed above in sufficient detail to permit agency analysis to establish a bona fide capability to meet the requirement. Failure to submit documentation will result in the agency proceeding as stated above. The following provisions and clauses shall apply to this acquisition: FAR 52.212-2, Evaluation Commercial Items; FAR 52.212-3, Offeror Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders; FAR52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; The FAR provisions and clauses may be downloaded at http://www.farsite.hill.af.mil/vffara.htm. The CAR provisions and clauses may be downloaded at http://oamweb.osec.doc.gov/CAPPS_car.html. The following Department of Commerce provisions and clauses apply to this acquisition: 1352.231-70, Duplication of Effort; 1352.233-70, Harmless from Liability; 1352.209-73 Compliance with the Laws; 1352.208-70, Printing; 1352.252-70, Regulatory Notice; 1352.209-71, Organizational Conflict of Interest; 1352.209-72; Restrictions Against Disclosure;1352.237-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a DoC site(low and moderate risk contracts) The period of performance for this effort is for 12 months from date of award plus one option year. Forward response by September 19, 2005, via email to pearlette.m.merriweather@noaa.gov. Reference Solicitation No. DG1321-05-RP-1247. SEE NOTE 22 (10 day response applies to this acquisition).
 
Place of Performance
Address: Silver Spring, Maryland
 
Record
SN00888814-W 20050909/050908033205 (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.