Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2009 FBO #2820
MODIFICATION

66 -- REMUS-100 Autonomous Underwater Vehicle (AUV)

Notice Date
8/12/2009
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NCNJ1000-9-17551
 
Archive Date
9/1/2009
 
Point of Contact
Gina E Lee, Phone: 301-713-0820 x208
 
E-Mail Address
gina.e.lee@noaa.gov
(gina.e.lee@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number NCNJ1000-9-17551 is being issued as a Request for Quotation. The North American Industry Classification System Code (NAICS) is 334511 and business size of 750. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS) Hydrographic Systems and Technical Program requires that the government-furnished Hydroid REMUS-100 (S/N 241) Autonomous Underwater Vehicle (AUV) be modified as follows: 1) Installation and integration of Iridium satellite communications into the AUV and mission planning computer; 2) Installation and integration of Marine Sonic dual frequency 600/1200 kHz Side Scan Sonar; 3) Installation and integration of Imagenex Model 864 Programmable Digital Altimeter; and 4) Delivery of the modified vehicle must be no later than 120 days after receipt of order and NOAA's REMUS 100 AUV. The resulting purchase order shall negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Technical Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following clauses apply: FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, 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 - Commercial Items. FAR 52.222-21, Prohibition of segregated facilities, 52.232-33, Payment by Electronic Funds Transfer - Central Contract Registration, 52.232-34, Payment by Electronic Funds Transfer - Other then Central Contractor Registration; 52.232-39, Submission of Electronic Funds Transfer Information with Offer, 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a proposal addressed to Gina E. Lee, Purchasing Agent, National Oceanic & Atmospheric Administration, 1305 East West Highway, Suite 7144, Silver Spring, Maryland 20910, to be received no later than August 17, 2009 at 12:00pm. The Government reserves the right to make one award or no award at all as a result of this solicitation. Responses are to be emailed to Gina.E.Lee@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCNJ1000-9-17551/listing.html)
 
Place of Performance
Address: Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN01909375-W 20090814/090813001305-bb0401fa8b33300185031aa68884a624 (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.