Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOLICITATION NOTICE

70 -- Software maintenance support

Notice Date
6/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N322099155MP01
 
Archive Date
7/3/2009
 
Point of Contact
Carrol S Walker, Phone: 757-462-3262, William Shearer, Phone: 757 462 4470
 
E-Mail Address
carrol.walker@navy.mil, william.shearer@navy.mil
(carrol.walker@navy.mil, william.shearer@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under PR N32209-9155-MP01. This procurement is 100% RESTRICTED to Small Business. No written solicitation document will be issued. MSCHQ N10, SMS FIELD DET LITTLE CREEK Norfolk intends to purchase the following as a Sole Source Procurement (1) Annual software maintenance for MAKAILAY 3.0 Software support on board the USNS ZEUS for the period 11 July 2009 - 10 July 2010 (2) Annual software maintenance of MAKAI PLANPRO 3.0 with Digital Terrain Model (DTM) on board USNS ZEUS for the period 26 Sep 2009 to 25 Sep 2010. Name of Contractor: MAKAI Ocean Engineering Inc., P O Box 1206, Kailua HI 96734-1206. FOB: Destination or Origin Delivery to: NWS Yorktown Cheatham Annex, Williamsburg, VA 23185. Performance time frame as specified above. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; The government will award a contract resulting form this solicitation to MAKAI OCEAN ENGINEERING, INC. of KAILUA, HI price and other factors considered. Any other offers received will be considered in accordance with price and other factors. 52.212-3 Offeror Representations and Certifications-Commercial Items ALTERNATE I (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications, Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; 52.225-8 Duty- Free Entry 52.247-29 Origin 52.247-34 Destination Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.219-6 Notice of Total Small Business Set Aside 52.219-28 Post Award Small Business Program Representatives 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration; and 52.215-5 Facsimile Proposals. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 Item Identification and Valuation Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program; 252.247-7023 Transportation of Supplies by Sea Alternate III. At a minimum, responsible sources shall provide the following: a price proposal on letter head or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 18 June 2009, 11:00 AM EST. Offers shall be emailed to Carrol.Walker@navy.mil or fax to (757) 462-1428. Reference PR N32209-9155-MP01 on the quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8c5c01545608012549f33b87e25e52d2)
 
Place of Performance
Address: MSC NWS Yorktown Cheatham Annex, Williamsburg, Virginia, 23185, United States
Zip Code: 23185
 
Record
SN01842473-W 20090613/090611235614-8c5c01545608012549f33b87e25e52d2 (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.