Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2015 FBO #4829
SOLICITATION NOTICE

D -- PORTVISION SHIP TRACKING SERVICE

Notice Date
2/11/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
15-01163
 
Archive Date
3/5/2015
 
Point of Contact
Natasha,
 
E-Mail Address
natasha.wilson@noaa.gov
(natasha.wilson@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Commerce, National Oceanic and Atmospheric Administration, Eastern Region Acquisition Division, Simplified Acquisition Branch intends to contract on a sole source basis with Airsis, Inc. 9845 Via Pasar, San Diego, CA 92126. The authority for other than full and open competition is implemented by FAR 13.106-1(b)(1). The requirement is intended to provide: Line item 001: PortVision Advantage subscription with Satellite Line item 002: PortVision Plus annual subscription Time of delivery is March 1, 2015, delivered to NOAA, National Data Buoy Center, Building 3205, Stennis Space Center, MS 39529 The following provisions and clauses shall apply to this solicitation: Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, ERAD, Attn: Natasha Thieman, 200 Granby Street, 8th Floor, Norfolk, VA 23510; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230} Federal Acquisition Regulation (FAR) clauses: 52.204.10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.204-13 - System for Award Management Maintenance (JUL 2013) (6) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (26) 52.222-3, Convict Labor, (JUN 2003) (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2014) (28) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (29) 52.222-26, Equal Opportunity, (MAR 2007) (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (42) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) (47) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management, (JUL 2013) 52.232-39, Unenforceability of Unauthorized obligations (JUN 2013) 52.232.40, Providing Accelerated Payments to Small Business Subcontractors The provisions and clauses may be downloaded at http://www.arnet.gov/far. In order to comply with the debt collection act of 1966, all contractors must be registered in the System for Award Management (SAM). Authority: 41 USC 253(c) (1). The North American Industry Classification Code (NAICS) for this acquisition is 541519 with a business size standard of $27.5 million. The Product Service Code (PSC) is D318. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1). Interested persons may identify their interest and capability to respond to the requirement or submit a proposal. This notice of intent is not a request for competitive proposals. However, all proposals received by 11:00 AM EST February 18, 2015 will be considered by the Government. Automated identification systems are available through many vendors. During the last year other systems have been evaluated as potential replacements however alternative systems lacked the necessary features which were made available through the PortVision system. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Evidence must be provided of ability to provide the required supplies. The capability statement and any other information furnished must be in writing, and must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the foregoing requirements. Responses to this notice, if any, must show clear and convincing evidence that competition would be advantageous to the government. Inquiries will only be accepted via email to Natasha.Thieman@noaa.gov. The government intends to award a firm-fixed price purchase order for this requirement. Award will be made using FAR 13 Simplified Acquisition procedures current through FAC 2005-78.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/15-01163/listing.html)
 
Place of Performance
Address: NOAA NDBC, BUILDING 3205, STENNIS SPACE CENTER, Mississippi, 39529, United States
Zip Code: 39529
 
Record
SN03639817-W 20150213/150211234626-4c4622d1f39fc42feb6d0994240d515e (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.