Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2012 FBO #3899
SOLICITATION NOTICE

70 -- MAKAI PLAN PRO SOFTWARE

Notice Date
7/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
PRN322092192MP31
 
Archive Date
8/18/2012
 
Point of Contact
William H. Shearer, Phone: 7574624470
 
E-Mail Address
william.shearer@navy.mil
(william.shearer@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (http://fbo.gov/). The PR number is N322092192MP31. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541511. This procurement is a sole source procurement to the OEM Makai Ocean Engineering, P.O. Box 1206, Kailua, HI 96734. Requirement is for (1) annual software maintenance for Makailay 4.0 software support on board USNS Zeus for the period 26 Sep 2012 thru 25 Sep 2013; annual software maintenance of Makai Plan Pro 4.0 with Digital Terrain Model (DTM) on board USNS Zeus for the period 26 Sep 2012 thru 25 Sep 2013. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. FOB Destination NWS Yorktown Cheatham Annex, Williamsburg, VA 23185. The following FAR provision and clauses are applicable to this procurement and are incorporated by reference: 52.204-7, Central Contractor Registration; 52.247-34, FOB Destination; 52.215-5, Facsimile Proposals (757-462-7876); 252.204-7004 Alt A, Central Contractor Registration Alternate A; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, within 52.212-5 the following clauses apply and are incorporated by reference -52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35, Affirmative Action for Disabled Vets; 52.222-36, Affirmative Action for Workers w/ Disabilities; 52.222-37, Employment Reports on Disabled Vets; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within 252.212-7001 the following clause apply and are incorporated by reference -252.204-7003, Required Central Contractor Registration, with its ALT A; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7023, Transportation of Supplies by Sea Alternate III; 252.211-7003, Item Identification and Valuation. This announcement will close at 4:00 P.M. on 03 August 2012. Contact William Shearer who can be reached at (757) 462-4470 or email William.shearer@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. See Numbered Note: 22. 52.212-1, Instructions to Offerors - Commercial Items - The government will award a contract resulting from this solicitation to the low cost technically responsible offeror conforming to the solicitation. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF 1449 which identifies the requested item(s), with its unit price, extended price, total price, prompt payment terms, remittance address, Federal Tax Identification Number, Duns Number, and CAGE Code. Offers may be e-mailed to William.shearer@navy.mil, or faxed to (757) 462-7876. Reference PR N322092192MP31. JUSTIFICATION FOR SOLE SOURCE The service or material listed on N32209-2192-MP31 is sole source and competition is precluded for reasons indicated below. There are no commercial substitutes available for this material or service. Restricted to the following source. OEM: Makai Ocean Engineering, P.O. Box 1206, Kailua, HI 96734 Jose Andres (808) 259-8871 Jose.Andres@makai.com _X_ Description of the item or service required, the estimated cost, and required delivery date. The government requires annual software maintenance renewal for Makailay 4.0 software support and Makaiplanpro4.0 with Digital Terrain Model (DTM) installed onboard USNS ZEUS. Makai Ocean Engineering is the developer, maintainer and marketer of this proprietary software package installed and used aboard USNS ZEUS. X_ Specific characteristics of the material or service that limit the availability to a sole source (unique features, function of the item, etc.). Describe in detail why only this suggested source can furnish the requirements to the exclusion of other sources. __ X_ "ONLY ONE RESPONSIBLE SOURCE" (example: OEM technical representative) __ X_ "BRAND NAME SOLE SOURCE" (example: OEM replacement part)._X_ RESTRICTIVE RIGHTS. The existence of proprietary rights, limited rights in data, patent rights, copyrights or secret processes make the required item or service available from only one source. Makai Ocean Enginnering, Inc is the developer and sole owner of proprietary rights to the software. This is a renewal request of the FY 11 software support contracted under purchase request N32209-1153-MP44, 11-P-2516. Earlier renewals include: FYIO: N32209-0155-MP99/MP01, 10-P-2531; FY09 N32209-9155-MP01, 0 9- P-2 518; N32209-8112-MPO, 08-P-2525; FY07 request N32209-7100-MP01, 07-P-2530, and in FY06 under N32209-6074-MP01, 06-P-5263.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/PRN322092192MP31/listing.html)
 
Place of Performance
Address: NWS YORKTOWN, CHEATHAM ANNEX, WILLIAMSBURG, Virginia, 23185, United States
Zip Code: 23185
 
Record
SN02817548-W 20120728/120727001400-58c5acd9aaeb36e264af0a773176d39b (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.