SPECIAL NOTICE
70 -- Sightline Maintenance and License Renewal - Package #1
- Notice Date
- 8/15/2011
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related 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
- EE133E-11-RQ-1343
- Archive Date
- 9/14/2011
- Point of Contact
- Joel L. Perlroth, Phone: (301) 713-9204 x143
- E-Mail Address
-
joel.l.perlroth@noaa.gov
(joel.l.perlroth@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Justification Approval The U.S. Department of Commerce, NOAA/NESDIS intends to solicit and negotiate with only one source under the authority of 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 13.5 with SIGHTLINE SYSTEMS CORP 11130 FAIRFAX BLVD., Suite 200 Fairfax, VA 22030 NOAA's Office of Satellite and Product Operations (OSPO) requires renewal for one (1) year of technical support and software maintenance update plan for the Sightline suite of OpenVMS and Windows system performance data analysis and management applications. Sightline is a proprietary OpenVMS performance analysis tool and this renewal is follow-on to the original warranty support. These applications consist of yearly maintenance for the following LOT of components: Qty Description (GOES and POES Systems) 1 Expert Advisor Vision (1 st copy GOES mission) 21 VMS Power Agent (GOES mission) 1 Expert Advisor Vision (2 nd copy POES mission) 13 VMS Power Agent (POES mission) (SSGS Systems) 3 Solaris Power Agent 1 Windows 2000 Power Agent 1 Expert Advisor Vision (3 rd + copy SSGS mission) A sole-source justification is attached to this notice. This notice of intent is not a request for competitive quotes, however, all quotes received by closing date of August 30, 2011, 12:00 noon EST, will be considered by Government. A determination by the Government to not compete this proposed requirement based upon responses to this notice is solely with in the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All vendors must be registered with the Central Contractors Registry (CCR), NAICS Code 541519, small business standard is 25 Million, applies to this procurement. The following provisions and/or clauses apply to this acquisition. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. THE FOLLOWING PROVISIONS AND CLAUSES APPLY TO THIS ACTION FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.24-10 Reporting Executive Compensation and First -Tier Subcontract Awards FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items 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 applies to this acquisition. The following clauses under subparagraph (b) apply; (1, 24, 25, 26, 27, 28, 29, 30, 31, 40, and 45) FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference CAR 1352.201-70 Contracting Officer's Authority CAR 1352.201-72 Contracting Office's Representative CAR 1352.208-70 Restrictions on Printing and Duplicating CAR 1352.209-73 Compliance with the Laws CAR 1352.209-74 Organizational Conflict of Interest CAR 1352.237-71 Security Processing Requirements - Low Risk Contracts CAR 1352.237-73 Foreign National Visitor and Guest Access to Departmental Resources CAR 1352.270-70 Period of Performance All responses must include a written narrative statement of capability, including detailed technical information demonstrating their ability to meet the above requirements. The response must be sufficient to permit agency analysis to establish a bonafide capability to meet the requirements. Failure to submit such documentation shall result in the Government proceeding as stated above. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Affirmative written responses must be received no later than 15 days after publication of this synopsis. Proposal submissions must be submitted to the following person. Any questions must be submitted in writing Only to the attention of the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/EE133E-11-RQ-1343/listing.html)
- Place of Performance
- Address: Suirland, MD, United States
- Record
- SN02534903-W 20110817/110815235553-e63f46c51d0fa22aa29981fbd6c44e36 (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 |