Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
SOLICITATION NOTICE

70 -- dKart Software, Support and Maintenance

Notice Date
6/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334611 — Software Reproducing
 
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
NCNJ2000-11-02811
 
Archive Date
7/13/2011
 
Point of Contact
Sandra K. Souders, Phone: 3017130833141
 
E-Mail Address
Sandra.K.Souders@noaa.gov
(Sandra.K.Souders@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation NCNJ2000-11-02811 issued as a request for quotation. The NAICS code is 334611 and the Small Business Size Standard is 500 employees. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), specifically the Marine Chart Division has a requirement for brand name or equal ‘dKart' software, support, and maintenance for 2 copies of dKart Publisher and 57 copies of dKart Inspector. Offerors proposing to furnish an 'equal' product shall insert the following description for the product: Manufacturer's Name; Address; Product Name and Catalogue Description. Offerors shall be responsible for submitting all additional information on the above product necessary for the Government to determine whether the product(s) offered meets the salient specifications of the "brand name" as listed in the solicitation. The period of performance for this requirement shall be from Date of Award through 08/31/2012. The resulting purchase order shall be awarded on a firm fixed price. The award shall be made on a best value basis. The best value evaluation factors include the following: 1) Approach - Effectively meeting the requirements; 2) Past Performance - Includes relevant experience which describes at lease two (2) relevant projects performed in the last two years and quality of 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: Excellent (E) - Superior or first class; Good (G) - Acceptable, beneficial and worthwhile; sound and valid; Poor (P) - Fails to meet two or more requirements; Unsatisfactory (U) - Not acceptable, not adequate to carry out. Incomplete quotes will not be evaluated or considered. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. 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. 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 52.217-8; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.222-41, Service Contract Act; and FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. 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 Sandra.K.Souders@noaa.gov, to be received no later than June 28, 2011 at 11:00 am local time. 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 Sandra.K.Souders@noaa,gov. The Government shall not be liable for any costs incurred in response to this request
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCNJ2000-11-02811/listing.html)
 
Record
SN02472580-W 20110616/110614235229-46a1dc00bb324b7ca4299903fe7edfb6 (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.