Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2010 FBO #3077
SPECIAL NOTICE

70 -- Operations and Services Improvement Process (OSI) Database - Statement of Work

Notice Date
4/26/2010
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming 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, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NWWB0100-10-09155
 
Archive Date
5/26/2010
 
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
Total Small Business
 
Description
Statement of Work The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), and the National Capital Acquisition Division/SAP Team on the behalf of the National Weather Service (NWS), specifically the Operations & Requirements Division intends to negotiate on a sole source basis with VIEWSET Corporation. The contractor shall provide the NWS, Process Automation Configuration Environment (PACE) Enterprise Edition requirements management software package 3.0 (or higher). The Contractor shall provide the NWS the following: 1) A site license for PACE, allowing an unlimited number of NWS user seats: a) NWS user seats include all NWS employees and contractors; b) NWS is defined as the National Weather Service and all of its entities, located at Headquarters (Silver Spring, MD), Regional Offices, Centers and Forecast Offices; 1) Support and maintenance on the NWS PACE software package running under Redhat Linux and MySQL for a period of one year to include: a) Corrective actions to fix problems; b) Development of new capabilities; c) Any upgrades or enhancements to the system; 3) Technical support: a) Via phone and email Monday thru Friday between 8AM and 5PM Eastern Time; b) Provide a response within one business day; c) On-site assistance and troubleshooting when deemed necessary by the NWS; 4) PACE User's Guide; 5) PACE Administrator's Guide. The following items must be adhere to by PACE: a) PACE must adhere to Section 508 standards (Workforce Investment Act of 1998); b) PACE must run under Redhat Linux OS Enterprise Edition; c) PACE must utilize open source software MySQL 4.x or higher as its requirements database; d) PACE must adhere to Department of Commerce (DOC) and NOAA security password policy: 1) Passwords must contain a minimum of 8 characters; 2) Passwords must contain at least 3 of these four character types: upper case letters, lower case letters, numbers, and special characters. After the first year of PACE NWS site license, maintenance and support, the NWS has the option to request that the Contractor continue to provide a site license, maintenance and support, as outlined in Conditions and Deliverables (above), for an additional 2 years. The initial work will be conducted during a base period of 12 months. It is anticipated that the required services will be recurring through 2012 and that additional option periods will be exercised if funds are available. The statutory authority for other than full and open competition is 41 USC 253(c)(1) as implemented by FAR 6.302-1, Only one responsible source. FAR Clause 52.217-8, Option to Extend Service, FAR 52.217-9, Option to Extend the Term of the Contract. The North American Industry Classification Code (NAICS) for this acquisition is 541511 with a business size standard of $25M. This is not a solicitation for competitive quotes. However, if any other interested party believes that it can meet the requirements, it may submit a statement of capabilities, which if timely received, will be considered by NOAA. The capability statement and any other information furnished must be in writing, and must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the foregoing requirements. Responses must also be accompanied by descriptive literature, warranties, and/or other information that demonstrates that the quote meets all of the foregoing requirements. Capability statements and related materials must be e-mailed to Gina.E.Lee@noaa.gov or faxed to (301) 713-0808 by May 11, 2010. Award will be made using FAR 13, Simplified acquisition procedures, current through FAC 2005-40. The determination to compete or not compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Reference NWWB0100-10-09155 for this action.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NWWB0100-10-09155/listing.html)
 
Place of Performance
Address: Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN02132176-W 20100428/100426234909-166a9a43c7b6c6f2767e7fcb5fe53b5e (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.