Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOLICITATION NOTICE

R -- Engineering & consulting - AWIPS II

Notice Date
2/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Severe Storms Laboratory, 120 David L Boren Blvd, Norman, Oklahoma, 73072, United States
 
ZIP Code
73072
 
Solicitation Number
NRMAG000-12-01902DG
 
Archive Date
2/28/2012
 
Point of Contact
Dena Grose, Phone: 405.325.6513
 
E-Mail Address
dena.grose@noaa.gov
(dena.grose@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for proposal (RFP) on GSA Schedule 70. Open market quotes will not be considered. Submit written quotes on RFP Number NRMAG000-12-01902. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. (IV) The associated NAICS code is 541990. The small business size standard is $7 million. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: The National Severe Storms Laboratory (NSSL), National Oceanic and Atmospheric Administration (NOAA), U.S. Department of Commerce (DOC) in Norman, Oklahoma intends to negotiate with only one source, Raytheon Company located in Dulles, Virginia, due to the unique capability of Raytheon Company to provide the services for display on the AWIPS-II platform. The proposed contract is for a one-year period. This notice represents the only official notice of a solicitation. The contractor must have extensive experience developing and maintaining the AWIPS II operational baseline. Detailed understanding and experience in interactions related to AWIPS II software using state-of-the-art technologies in a heterogeneous and dynamic environment. Additionally the contractor must have a proven ability to work closely as a collaborative and proactive advisor, educator and team member, ability and willingness to work remotely with a technically astute team and a geographically distributed customer base. Statement of Work: Contractor to provide highly skilled engineering and consulting technical services to assist the NOAA NSSL team in delivering the AWIPS II operational baseline. NSSL personnel will integrate AWIPS II into the NOAA Hazardous Weather Testbed. Raytheon will provide engineering services to assist NSSL personnel with: (1) Development of a NetCDF plug-in to enable ingest and display of internal NSSL products to include CIMSS Satellite/Convective Initiation Products, UAH CI Product (Univ. Alabama, Convective Initiation), SPoRT pGLM (Pseudo-Global Lightning Mapper), WoF Grids (Warn-on-Forecast) and MRMS (Multi-Radar, Multi-Sensor); (2) Development of a Phased Array Radar (PAR) plug-in to enable ingest and display of non-standard radar scans, sub-minute time resolution, and sector scans (vs. full 360 deg rotation & tilt); (3) Development of a plug-in to enable ingest and display CONUS Grid Subset Manager data related to ESRL/GSD's "SubsetManager" and Reg/Rep; and (4) Provide a 3-5 day programmer training course to NSSL in Norman, OK. (VI) Other offerors must provide information that confirms knowledge and ability to work on AWIPS II platform, including names of proposed personnel, qualifications, and past experience with similar requirements, addressing qualifications in paragraph two, Section V of this solicitation. (VII) Place of delivery is National Severe Storms Laboratory, 120 David L. Boren Blvd., Norman, Oklahoma, 73072. Period of performance is for nine months after award. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is herby completed as follows: Award will be made to Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the follow evaluation criteria: 1) Technical Ability, 2) Price and 3) Past Performance. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 251 note). (16) 52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2). (17) 52.222-3, Convict Labor (June 2008) (E.O. 11755). (18) 52.222-19, Child Labor-Cooperation with Authorities and Representation (June 2007) (15 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (29) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). (30)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2212 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (32) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury). (37) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (a) apply: None in this subparagraph apply. (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http:www.arnet.gov The following other terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.232-7 Payments under Time-and-Materials and Labor-Hour Contracts (Feb 2007) (XIV) As prescribed in 48 CFR 1301.602-170, Contracting Officer's Authority (Apr 2010) - The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XVI) The Government intends to award a time and materials order resulting from this solicitation. Proposals are required to be received in the contracting office no later than 5:00 P.M. CDT on February 13, 2012. All proposals must be emailed or faxed to the attention of Dena Grose. The email address is Dena.Grose@noaa.gov and fax number is (405) 325-1889. (XVII) Any questions regarding this solicitation should be directed to Dena Grose, Dena.Grose@noaa.gov or (405) 325-6513.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e0f0f1c9fcbebcfcbbeb725d3ad25bf4)
 
Place of Performance
Address: NATIONAL SEVERE STORMS LABORATORY, 120 DAVID L BOREN BLVD, NORMAN, Oklahoma, 73072, United States
Zip Code: 73072
 
Record
SN02666583-W 20120204/120202235114-e0f0f1c9fcbebcfcbbeb725d3ad25bf4 (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.