Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

70 -- Replace/Update Interactive Sound Information System (ISIS) software.

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
N62470 NAVFAC ATLANTIC, HEADQUARTERS, FACILITIES SUPPORT CONTRACTS 6506 Hampton Blvd Code AQ12 Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247010Q5041
 
Response Due
8/13/2010
 
Archive Date
8/28/2010
 
Point of Contact
Ms. Maureen Hoesly 757-322-4421
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The RFQ number is N62470-10-Q-5041. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-44 and DFARS Change Notice 20100713. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541511 and the Small Business Standard is $25 Million. This is a sole source action with David Dubbink Associates, 864 Osos Street, Suite D, San Luis Obispo, CA 93401-2743 for updating the interactive sound information system (ISIS) software in accordance with the Statement of Work (Attachment 0001). The NAVAL FACILITIES ENGINEERING COMMAND requests responses from qualified sources capable of providing: CLIN 0001: Provide program edits and programming changes in accordance with tasks 1 and 2 in the attached statement of work. CLIN 0002: Option 1 - include APZ displays.CLIN 0003: Option 2 - sound character and intrusiveness.CLIN 0004: Option 3 - introduce the F-35.CLIN 0005: Option 4 - video addition.CLIN 0006: Option 5 - illustrate how sound frequency and character changes with distance. CLIN 0007: Option 6 - create ISIS "light" with easy-to-change map contour displays.Options 1 through 6 may be exercised at any time within 14 months of contract award. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration;52.212-1, Instructions to Offerors-Commercial Items;52.212-3, Alt I, Offeror Representations and Certifications-Commercial Items;52.212-4 Alt I, Contract Terms and Conditions-Commercial Items;52.212-5, Contract Terms and Condition Required to Implement Statutes or Executive Orders- Commercial Items including:52.219-6, Notice of Total Small Business Set-Aside52.219-28, Post Award Small Business Program Rerepresentation52.222-3, Convict Labor52.222-19, Child Labor52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.222-50, Combating Trafficking in Persons52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration52.233-3, Protest After Award52.233-4, Applicable Law for Breach of Contract Claim52.217-5, Evaluation of Options52.247-34, FOB Destination CONTRACTOR RESPONSIBILITY: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible vendors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all vendors are requested to submit, as part of the original quote, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business The Contracting officer reserves the right to request additional information if needed. EVALUATION OF QUOTATIONSThe vendor's proposed price will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Prior to award, the Government may request additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. This announcement will close at 2:00 P.M. on Friday 13 August 2010. Contact Maureen Hoesly who can be reached at 757-322-4421 or email maureen.hoesly@navy.mil. Oral communications are not acceptable in response to this notice. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. The quote shall include: (1) prices for CLINs 0001 - 0007 broken down by labor categories and effort expended; (2) a point of contact, name and phone number, business size, and payment terms; and (3) a completed copy of 52.212-3 and its alternate. Interested vendors may send the quotation to the Navy in any of the following ways: (a)By email to maureen.hoesly@navy.mil.(b)By commercial courier (i.e., FEDEX or UPS) to the following address:Command, Naval Facilities Engineering Command, AtlanticAttn: Maureen Hoesly, Code ACQ36506 Hampton BoulevardNorfolk, VA 23508
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470FSC/N6247010Q5041/listing.html)
 
Record
SN02229937-W 20100807/100805235139-3cc08aac0fc35d3d7112063acd234ba3 (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.