SOLICITATION NOTICE
D -- OpenVMS Operating System Technical Support - NEEB10001202255 SOW
- Notice Date
- 7/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- NEEB1000-12-02255
- Archive Date
- 8/8/2012
- Point of Contact
- Sandra K. Souders, Phone: 3016281366
- E-Mail Address
-
Sandra.K.Souders@noaa.gov
(Sandra.K.Souders@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NEEB10001202255-SOW This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number NEEB1000-12-02255 is issued as a request for quotation. This requirement is a small business set aside. The North American Industry Classification System Code (NAICS) is 541519 and the Small Business Size Standard is $25.0M. The National Oceanic and Atmospheric Administration (NOAA) and the National Environmental Satellite, Data, and Information Service (NESDIS), specifically the Office of Satellite and Product Operations (OSPO), requires a qualified vendor to provide OpenVMS Operating System Technical Support per the attached Statement of Work for an existing government-owned HP OpenVMS Operating System. The OSPO computer systems are used to execute custom Telemetry and Command application programs and are based upon the OpenVMS Operating System, a product of Hewlett Packard Company (HP). The required Period of Performance is 12 months from Date of Award. The resulting purchase order shall be awarded on a firm fixed price. The award shall be made on a "best value" basis. The following best value evaluation factors are listed in order of importance: 1. Technical Approach - Proposal includes information that demonstrates extensive knowledge of requirement; 2. Past Performance - Proposal demonstrates vendor's experience and qualifications. The vendor's past performance /prior experience will be evaluated based on the information received from references. Please include relevant experience which describes at least two (2) relevant projects performed in the last two years; 3. Price - Proposal is considered to be realistic and reasonable at or below the IGCE. Prices that are excessively high or low may be considered unrealistic and unreasonable, and may receive no further consideration. The evaluation shall be based on use of the following adjectival ratings: Unsatisfactory (U) - Proposed approach has many deficiencies and proposed approach is totally without merit. Risk of failure is unacceptable; Marginal (M) - Proposed approach has deficiencies or significant weaknesses, but is capable of improvement to acceptable or better without adoption of new approach. Risk of failure is high but can be mitigated with improvement to proposal; Satisfactory (S) - Proposed approach fully meets requirement and has some superior features with no deficiency or significant weakness. Risk of failure is moderate; Good (G) - Proposed approach fully meets requirement and has some superior features with no deficiency or significant weakness. Risk of failure is low; Outstanding (O) - Proposed approach fully meets requirement and is superior in many features with no deficiency or weakness. Risk of failure is very low. Incomplete quotes will not be evaluated or considered. Award will be made based on "best value" in first meeting the technical requirements and then past performance and price. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.211-6, Brand Name or Equal; 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 52.219-14, 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 responsible sources that can meet the requirements and provide the items as outlined above may respond to this solicitation by submitting a proposal addressed to Sandra.K.Souders@noaa.gov, to be received no later than July 24, 2012 at 11:00 am, Eastern Standard Time. The Government reserves the right to make one award or no award at all as a result of this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NEEB1000-12-02255/listing.html)
- Record
- SN02805825-W 20120719/120718000215-1f8c91e0d73734d9af50033e1626f21c (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 |