Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOLICITATION NOTICE

D -- Back Up Satellite Communications

Notice Date
8/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
517410 — Satellite Telecommunications
 
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, UNITED STATES
 
ZIP Code
20910
 
Solicitation Number
NWWG0170710644
 
Response Due
9/6/2007
 
Point of Contact
Mark Miller, Contract Specialist, Phone 301-713-0828 x187, Fax (301) 713-0806, - Brian Brown, Contract Specialist, Phone 301-713-3405 x116, Fax 301-713-1024,
 
E-Mail Address
mark.a.miller@noaa.gov, brian.j.brown@noaa.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Proposals (RFP) and the solicitation number is NWWG0170710644. The associated North American Industrial Classification System (NAICS) code for this procurement is 517410 with a size standard of $13.5 Million. This requirement is solicited as unrestricted. The United States Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) National Weather Service (NWS), Dissemination Systems Branch has a requirement of providing a back-up satellite communication services that will collect and disseminate radar data products from ten (10) NWS Weather Forecasts Offices (WFO) along the United States Atlantic and Gulf Coasts. This is part of an effort to improve federal response to disasters, especially from coastal storms and hurricanes. The Weather data products are produced by the Next Generation Weather Radar (NEXRAD) program WSR-88 doppler \radar systems at NWS WFO. Most of the radar data will be sent to the NWS Network Control Facility in Silver Spring, MD. The satellite radar product delivery system will require collection and delivery of both level 2 (narrowband) and level 3 (wideband) radar products, and will be designed to operate as a back-up to terrestrial communications on an as needed emergency basis. At the specified locations, it will require connectivity and interfacing to the NWS Advanced Weather Information Processing System (AWIPS), the AWIPS Wide Area Network (WAN), Nexrad Radar Products Generators (RPG) and Nexrad Radar Data Acquisition (RDA) units. The period of performance shall be one year from the date of award with two (2) one-year option periods. The government anticipates awarding a fixed price contract for the satellite services and the VSAT equipment as described in the Statement of Objective (SOO) which is incorporated into this synopsis The solicitations document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-17: FAR 52.212-1, Instructions to Offerors (Sept 2006); FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and determine a best value determination. Technical proposals will be evaluated based on the following factors (listed in the order of relative importance with weights assigned for the evaluation): (1) scientific and technical management 60% subfactors (a) Satellite communications network design, adequacy, feasibility and technical merit of the proposed method and approach to collect the radar data from NWS coastal facilities (30%) (b) Demonstrated expertise and capability of contractor in satellite telecommunications design, operations, and maintenance (10%) (c) Expertise in the development of software involving the collection and dissemination of meteorological data (10%) (d) Ability to provide 24/7 network management support, control, and monitoring to maintain operations, and provide effective system maintenance, corrective troubleshooting, and technical support for equipment at widely separated sites nationwide (10%). 2. Staffing and Corporate Experience 30% (subfactors) (a) Key personnel experience and capabilities in satellite system design and implementation (10%). (b) Corporate experience, resources and capabilities (10%). (c) Adequacy of the background and experience of other personnel related to data handling and issues of quality control (10%). 3. Past Performance 10% Technical acceptability based on past performance information obtained by the government. The scientific and technical management, staffing and corporate experience and past performance will be point scored. The price proposal will not be point scored but evaluated for reasonableness and if necessary cost realism analysis but the cost proposal can not exceed the amount of funds available for this requirement. The Government's available funding for the award of the base period is $321,000.00. As required by FAR 12.603(c) (2) (v) the following CLINS that apply are CLIN 0001 Base Period (1) LOT Services and Equipment as described in the SOO for twelve (12) months, Option Year I CLIN 1001 (1) LOT Services and Equipment as described in the SOO for twelve (12) months and Option Year II CLIN 1002 (1) LOT Services and Equipment as described in the SOO for (12) twelve month. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2006)-Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions (Feb 2007) - Commercial Items, applies to this acquisition and there is no addendum to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Mar 2007), applies to this acquisition. The following additional FAR clauses cited in FAR 52.212-5 are applicable to this acquisition; FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government; FAR 52.217-8 Option to Extend Services (NOV 1999); FAR 52.219-8 Utilization of Small Business; FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.225-5 Trade Agreements; FAR 225-13 Restrictions on Certain Foreign Purchases; FAR 52.222-41 Service Contract Act 1965 as Amended; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts); FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755); FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); FAR 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a), FAR 52.227-14 Rights in Data General (Jun 1987); FAR 52.232-38, Submission of Electronic Funds Transfer Information with Offer, (May 1999). These FAR Provisions and Clauses may be accessed via the Internet at www.arnet.gov/far/. The following Commerce Acquisition Regulations (CAR) clauses are also incorporated into this acquisition by reference: CAR 1352.237-71 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a DOC (High or Moderate Risk Contract) (Dec 2006) CAR 1352.201-70 Contracting Officer's Authority (March 2000); CAR 1352.201-71 Contracting Officer's Technical Representative (February 2005); CAR 1352.246-70 Inspection and Acceptance (March 2000): Designated Location To Be Determined; CAR 1352.215-70 Period of Performance (March 2000) is from October 01, 2007 through September 30, 2010; CAR 1352.211-70 Statement of Work/Specifications (March 2000): to perform the following the Statement of Work/Specifications; CAR 1352.209-71 Organizational Conflict of Interest (March 2000); CAR 1352.209-73 Compliance with the Laws (March 2000); CAR 1352.208-70 Printing (March 2000); CAR 1352.215-73 Inquiries (March 2000) Offerors must submit questions in writing within 15 days to the Contracting Officer. Full text of the CAR clauses can be found at: http://oamweb.osec.doc.gov/docs/PM%202000-03%20Local%20Clauses%20Updated%20Apr2007.pdf. Vendors interested in obtaining a copy of the CAR clauses may view them at the provided website or request a copy by email to the Point of Contact reference on this synopsis/solicitation. All responsible sources that can meet the requirements and provide the services listed above may respond to this combined synopsis/solicitation with a technical and price proposal. Each response shall address the approach to perform and manage the work, past performance to consist of the names, addresses, contact person and phone number of at least three (3) companies they have performed similar work for in the last 3 years that is relevant, and price. Please submit three (3) copies of technical proposals and two (2) separate cost proposals. Questions/clarifications regarding this announcement are to be submitted no later than Thursday August 23, 2007 1:00PM EST. Questions/clarifications regarding this announcement are to be submitted via email only to mark.a.miller@noaa.gov. Proposals are due (in hard copy form only) no later than September 06, 2007 by 1:00PM EST. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-AUG-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-SEP-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NOAA/AGAMD/NWWG0170710644/listing.html)
 
Place of Performance
Address: 1325 East West Highway Silver Spring, MD
Zip Code: 20910-3381
Country: UNITED STATES
 
Record
SN01410159-F 20070919/070917223049 (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.