Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
MODIFICATION

A -- AMSR-E Sea Surface Temperature (SST)

Notice Date
8/26/2010
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NESDIS Acquisition Division, SSMC3 - Room 10100/OFA64, 1315 East West Highway, 10th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NEED3000-10-08282A
 
Archive Date
9/30/2010
 
Point of Contact
Yolandatheresa Gray-Thomas, Phone: 301-713-3478 x135
 
E-Mail Address
Yolandatheresa.Gray-Thomas@noaa.gov
(Yolandatheresa.Gray-Thomas@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Combine Synopsis Solicitation Remote Sensing Systems Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite Data Information Service (NESDIS), Acquisition Division, SSMC3, Room 10100/OFA64 1315 East West Highway, 10th Floor, Silver Spring, Maryland 20910 Description: The U.S. Department of Commerce (DOC)/National Oceanic and Atmospheric Administration (NOAA)/Ocean Research & Applications Division/E/RA3 intends to award a Delivery order on a sole source basis for a base year and one (1) twelve month option periods with Remote Sensing Systems to further develop software code for the generation AMSR-E SST software in the following areas: 1) To generate improved software code for the generation of AMSR-E SST; 2) Generate documentation ATBD, Users Guide, program description; and 3) Assist in the implementation of the new software code for the generation of AMSR-E SST into the parallel development machine. The specific tasks are; 1) Generate new software for AMSR-E SST retrieval. This software will ingest data that is in the Japanese Aerospace Exploration Agency (JAXA)-type Level (L) 1A raw format. 2) Generate calibration coefficients for AMSR-E SST processing 3) Generate documentation 4) Report on 1, 2, and 3 Interested parties who believe that they can meet the Government's requirement are requested to submit in writing an affirmative response; all responses must include detailed technical information and other technical literature demonstration the ability to meet the above requirements. In your response, you must address each of the items listed above in sufficient detail to permit agency analysis to establish a bona fide capability to meet the requirements. Failure to submit documentation will result in the Government proceeding as stated above. A determination by the Government not to open competition based upon responses to this notice is solely within the discretion of the Government. Affirmative written response must be received no later than September 7, 2010 after publication of this synopsis. The solicitation for this requirement will be prepared in accordance with FAR Part 12 procedures. A Time and Material/firm fixed price delivery order is contemplated, to be awarded early September, 2010. Responses may be emailed to Yolandatheresa.Gray-Thomas@noaa.gov. Reference Solicitation No. NEED3000-10-08282 in your response. Background The NOAA/Ocean Research & Applications Division located in Camp Springs, Maryland, requires the contractor to undertake further development in the following areas: 1) To generate improved software code for the generation of AMSR-E SST; 2) Generate documentation ATBD, Users Guide, program description; and 3) Assist in the implementation of the new software code for the generation of AMSR-E SST into the parallel development machine. Scope This task requires approximately 20% of two scientists for one year. The lead scientist and researcher should have a diverse background in the processing of microwave satellite data, and calibration corrections. This is a combined synopsis/solicitation prepared in accordance with FAR 12 procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; written quotations are being requested, and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. The Government intends to procure from Remote Sensing Systems on a sole source basis under the authority at section 4202 of the Clinger-Cohen Act of 1996 on a firm-fixed price for a period of performance consisting of a base year and 1 one year option(s) the associated NAICS code 541712, Remote Sensing Systems is the only source known to NOAA for this requirement. Interested parties who believe that they can meet the Government's requirement are requested to submit in writing an affirmative response; all responses must include detailed technical information and other technical literature demonstration the ability to meet the above requirements. In your response, you must address each of the items listed above in sufficient detail to permit agency analysis to establish a bona fide capability to meet the requirements. Failure to submit documentation will result in the Government proceeding as stated above. A determination by the Government not to open competition based upon responses to this notice is solely within the discretion of the Government. Affirmative written response must be received no later than September 7, 2010. All responsible sources may submit a capability statement or quotation which shall be considered by the agency. The capability statement to include descriptive literature must be in sufficient detail to demonstrate that the responder can fulfill this requirement. A determination by the Government not to compete this requirement based upon responses received in response to this notice is solely within the discretion of the Government. TASK TITLE: AMSR-E (The Advanced Microwave Scanning Radiometer for Earth Observing System (EOS)) SEA SURFACE TEMPERATURE (SST) PRODUCT FOR OPERATIONAL IMPLEMENTATION 1 Scope of Work Background Since August 2004, AMSR-E SST experimental product have been running on an Office of Satellite Data Processing & Distribution (OSDPD) developmental machine and disseminated to users. The algorithm used to generate the AMSR-E SST experimental product was developed by Remote Sensing Systems (RSS).. Remote Sensing Systems has been generating an updated version with operational calibration coefficients. NCEP (National Centers for Environmental Prediction) has been acquiring the RSS data which has the updated calibration coefficients. NCEP has requested that the version that RSS generates become an operational product. RSS has reviewed the experimental product on the OSDPD developmental machine and has reported that the software needs to be upgraded to generate the operational product requested by NCEP. RSS has agreed to provide this updated software with the calibration corrections that satisfy the NCEP request. Proposed Activities To undertake further development in the following areas: 1) To generate improved software code for the generation of AMSR-E SST; 2) Generate documentation ATBD (Algorithm Theoretical Basis Document), Users Guide, program description; and 3) Assist in the implementation of the new software code for the generation of AMSR-E SST into the parallel development machine. 2 Personnel/Staffing Requirements This task requires approximately 20% of two scientists for one year. The lead scientist and researcher should have a diverse background in the processing of microwave satellite data, and calibration corrections. Brewer (scientist, documentation and implementation, and test) Wentz (lead scientist, retrieval generation, and design) 3.0 Specific Tasks 1) Generate new software for AMSR-E SST retrieval. This software will ingest data that is in the Japanese Aerospace Exploration Agency (JAXA)-type Level (L) 1A raw format. 2) Generate calibration coefficients for AMSR-E SST processing 3) Generate documentation 4) Report on 1, 2, and 3 4 Travel - The contractor will be required to travel to NOAA, one person-trip. 5 Deliverables 1. Software for AMSR-E SST retrieval generation (i) Portable to linux machine (ii) Include operational calibration coefficients (iii) Initial validation of retrieval algorithm 2. Generate Program Description 3. Generate User Guide 4. Generate Algorithm Theoretical Basis Document for AMSR-E SST algorithm retrieval generation 6 IT Security Facilities and Equipment The Certification and Accreditation (C&A) requirements of clause 73 do not apply and that a Security Accreditation Package is not required. The software code will be delivered to NSOF (NOAA Satellite Operational Facility) and validated by Paul Haggerty. 7 Period of Performance Period of performance: 1 year from start of contract 8 Budget Software development effort at Remote Sensing Systems (including all employment and office expenses): Brewer (scientist, documentation and implementation, and test) Wentz (lead scientist, retrieval generation, and design) Travel to NOAA -one person trip Consumables and publication costs Place of delivery and acceptance: Yolandatheresa Gray-Thomas, Sr. Contract Specialist; Phone 301-713-3478 X135 Fax 301-713-4155; Email: Yolandatheresa.Gray-Thomas@noaa.gov - Thomas F. Fout, Contracting Officer, NESDIS Satellite Procurement Acquisition Division (SPAD), Phone 301-713-3478 X 172; Fax 301-713-4155; Email: Thomas.F.Fout@noaa.gov and FOB point: Destination. The provision at 52.212-1 Instructions to Offerors-Commercial, applies to this acquisition without any addenda. The provision at 52.212-2 Evaluation-Commercial Items, applies to this acquisition. The following evaluation criteria is to be included in paragraph (a) of that provision: technical capability, past performance, and price. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items, with it's offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition in full text, and the following additional FAR clauses cited in the clause are applicable to this acquisition: FAR 52.203-6, 52.219-6; 52.219-8, 52.219-28; 52.222-3; 52.222-21; 52.222-26; 52.222-36; 52.222.50; 52.225-13; 52.232-33; 52.239-1. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2010). (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). _XX Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: XX__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5). __ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (7) [Reserved] __ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (9)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (11)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (13) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (14)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (15) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (16) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). _XX_ (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). _XX_ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _XX_ (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _XX_ (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (26) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (27)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (30) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (32) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _XX_ (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (34) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (35) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (36) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (37) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _XX_ (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (39) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (40) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __XX (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (42)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). XX___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy In addition, the following FAR Clauses apply: 52.217-8 Option to Extend Services. OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _____ [insert the period of time within which the Contracting Officer may exercise the option]. (End of clause) 52.217-9 Option to Extend the Term of the Contract. OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within _____ [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _____ days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed ___________ (months) (years) The following CAR clauses apply and are available in full text at http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=b1110228a0947e36df514c65c3606567&rgn=div5&view=text&node=48:5.0.6.47.44&idno=48 : 1352.239-72 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (APR 2010) 1352.237-70 SECURITY PROCESSING REQUIREMENTS - HIGH OR MODERATE RISK CONTRACTS 1352.270-70 PERIOD OF PERFORMANCE (APR 2010) 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) 1352.201-72 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (APR 2010) 1352.208-70 RESTRICTIONS ON PRINTING AND DUPLICATING (APR 2010) 1352.209-70 POTENTIAL ORGANIZATIONAL CONFLICT OF INTEREST (APR 2010) 1352.209-72 RESTRICTIONS AGAINST DISCLOSURE (APR 2010) 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) 1352.209-74 ORGANIZATIONAL CONFLICT OF INTEREST (APR 2010) 1352.231-71 DUPLICATION OF EFFORT (APR 2010) 1352.209-71 LIMITATION OF FUTURE CONTRACTING (APR 2010) The Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this acquisition. Written responses to this notice are due to primary point of contact identified in this notice no later than September 7, 2010 at 10:00 a.m. E-mailed responses are authorized, but it is up to the vendor to make certain that the email was received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NESMD/NEED3000-10-08282A/listing.html)
 
Place of Performance
Address: 5200 Auth Road, MD, Camp Springs,, Maryland, 20746, United States
Zip Code: 20746
 
Record
SN02256710-W 20100828/100827000434-ef244b36ec07b593736fdf847ef71553 (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.