Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2006 FBO #1789
SOLICITATION NOTICE

D -- Maintenance renewal for DOORS software

Notice Date
10/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, CO, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
NWWG9400700002DT
 
Response Due
11/1/2006
 
Archive Date
11/1/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-13. The NAICS code for this procurement is 511210 with a small business size standard of $21.0 million. This procurement is not a small business set-aside. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) Radar Operation Center (ROC) proposes to negotiate on a sole source basis a contract under the authority of 41 U.S.C. 253(c)(1) with Telelogic North America, Inc., 11911 Freedom Drive, Suite 1180, Reston, VA 20190 for annual maintenance renewal of Telelogic DOORS? (Dynamic Object Orientated Requirements Software), the software tool used by the open systems and engineering team. The maintenance is required to provide the latest version in the development of the open systems for the WSR-88D radar. Telelogic DOORS? software is used by the ROC to provide requirements management/traceability and maintain key interface control documents. Telelogic DOORS? software also serves as the key document change management control facility for the Radar Products Generator (RPG), Open Principle User Processor, (OPUP) and the Radar Data Acquisition (ORDA) documentation. The ROC depends on Telelogic DOORS? for testing support as well, because it provides a means to tie test steps to specific requirements which is vital to successful verification of system performance. Without Telelogic DOORS?, the ROC would be unable to effectively manage and control critical baseline documentation used to support the NEXRAD computer systems. In addition, the ROC would lose the significant Telelogic DOORS? investment the ROC, National Severe Storms Lab (NSSL) and the RS Information Systems (RSIS) ORDA team have already made in this application. Telelogic North America, formerly QSS Inc., is the manufacturer of the software and the only vendor who provides the maintenance. This synopsis is issued for information purposes only. Questions should be submitted in writing to the contracting officer either by fax or email. Any source that believes it can supply the required service should respond by submitting a written narrative statement of capability, including detailed technical information and other technical literature demonstrating the ability to meet the above requirements, within 15 days of this notice, to the above address. Information submitted in response to the notice will be used solely to determine whether or not use of competitive procedures to fulfill this requirement would be in the Government?s best interest and must address qualifications pertinent to this requirement. Notwithstanding responses received - it is at the discretion of the government to add additional sources and or consider other quotes received after close of due date if it is in the best interest of the government. Vendors must also be registered with the Central Contractor Registry (CCR) at www.ccr.gov. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation ? Commercial Items ? The government will award a fixed price purchase order resulting from this solicitation to the responsible offeror whose offer will represent the best value to the government, price and other factors considered; FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items ? Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition and there is 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 FAR clauses are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities; 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; 52.225-3 Buy American Act?Supplies. Reference 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration ? all other Terms and conditions in full text, including FAR 52.212-3 (Representations and Certifications) can accessed at http://www.arnet.gov/far/ . FAR Clauses in full text are at http://www.ARNET.gov/far/. CAM 1352.237-72, Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Dept. of Commerce Site or IT System (Low Risk Contracts). Hard copies in full text are available from office address and phone number listed in notice. Anticipated award date will be November 2, 2006.
 
Place of Performance
Address: 1200 Westheimer Drive, Norman, OK
Zip Code: 73069-7902
Country: UNITED STATES
 
Record
SN01167084-W 20061020/061018220150 (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  © 1994-2020, Loren Data Corp.