NOAA SHIP Ferdinand Hassler Stability Software

expired opportunity(Expired)
From: Federal Government(Federal)
1305M220QNMAN0029

Basic Details

started - 02 Dec, 2019 (about 4 years ago)

Start Date

02 Dec, 2019 (about 4 years ago)
due - 12 Dec, 2019 (about 4 years ago)

Due Date

12 Dec, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
1305M220QNMAN0029

Identifier

1305M220QNMAN0029
COMMERCE, DEPARTMENT OF

Customer / Agency

COMMERCE, DEPARTMENT OF (13443)NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (7462)DEPT OF COMMERCE NOAA (7237)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (8)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures 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 beta.SAM.gov.Solicitation number is 1305M220QNMAN0029 and is being issued as a Request for Quotations (RFQ). This solicitation documents and incorporates provisions and clauses in effect through:a.    Federal Acquisition Circular (FAC) 2020-01, effective 11/12/2019 located on https://www.acquisition.gov/browse/index/far b.    Commerce Acquisition Regulations (CAR), effective 12/11/2018 located at
href="http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm," target="_blank">http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm,  c.    NOAA Acquisition Manual https://www.ago.noaa.gov/acquisition/AcqManual/09_acquisitionmanualtableofcontents.htmlIt is the responsibility of the contractor to be familiar with the applicable clauses and provisions.  The associated NAICS code is 541511 and the associated PSC code is 7030, Information Technology Software.  The small business size standard is $30 Million.  The proposed contract is 100% set-aside for small-business concerns.  Offers from other than small business concerns will not be considered.All responsible sources may submit a quote which shall be considered by the agency.  All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms.  Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.The table below lists the Contract Line Item Number(s) (CLIN(s)) and items, quantities and units of measure, inclusive of any applicable options.SuppliesCLIN    DESCRIPTION    QUANTITY    UNIT OF MEASURE0001    NOAA SHIP Ferdinand Hassler Stability Software    1    EA0002    Software Installation, Displacement Check and Training    1    EAIt is anticipated one firm-fixed price purchase order will be issued in response to this RFQ.  Award will be made only if the vendor meets qualification requirement at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Quoters shall include a completed copy of 52.212-3 with quotes.  All clauses shall be incorporated by reference in the contract. This announcement will close at 1:00 pm Eastern on December 12, 2019.  Questioning pertaining to this RFQ are due at 1:00 pm Eastern, December 4, 2019 and must be submitted in writing to Shaun Squyres via email at shaun.squyres@noaa.gov. Telephonic requests will not be honored.  Quotes may be submitted via electronic means (email) to shaun.squyres@noaa.gov by the date and time listed above.    Delivery is 90 days from award; FOB Destination applies.  Responsibility and Inspection:  Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.  The following FAR provision and clauses are applicable to this procurement:  52.212-1 Instructions to Offerors - Commercial Items Addendum to FAR 52.212-1 Instructions to Offerors – Commercial ItemsThe text of paragraph “f” is hereby deleted, and the paragraph is annotated as “Reserved.”  All references herein to “offerors” shall be construed as “vendors” and all references herein to “offers” or “bids” shall be construed as “quotes.”  Paragraph “c” is amended as follows:  “The vendor agrees to hold the prices in its quote firm for 120 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation.”a)    Vendors are required to submit a Business Solution which will be used to assess their ability to provide ship stability software that meet the requirements described in Attachment 1: NOAA Ship Ferdinand Hassler Stability Software Requirements.  The solution shall clearly demonstrate that the vendor has a thorough understanding of the effort called for herein.b)    Vendors shall assume that the Government has no prior knowledge of them and that it will base its evaluation on the information presented in the Solution; as such, Solutions must be fully self-sufficient and provide all necessary information for a comprehensive evaluation.  The following volumes of material shall be submitted for each quote: Volume I – Business SolutionBusiness Solution: Electronic copies shall include all information required for evaluation, excluding any reference to price.  Volume I shall be subdivided into the following factors:•    Software Capability•    Past Performance The Business Solution shall be subdivided by the factors listed above and shall collectively be no more than 15 pages.  Pages submitted above this page count will not be read or considered part of the evaluation.  Each side of a single sheet of paper is considered a page, such that a single sheet of 8 ½ X 11, is two pages of the 15 page total, exclusive of dividers and any single sheet front or back cover.  Each page in this volume shall be separately numbered.  The quote shall contain technical information that addresses how the vendor’s ability to meet or exceed the requirements of the RFQ based on the following evaluation criteria and shall not include any pricing information.  A.    Software CapabilityThe vendor’s Software Capability shall describe its software’s capability and functionality.  This description shall demonstrate the vendor’s software ability to successfully meet or exceed the requirements identified in Attachment 1: NOAA Ship Ferdinand Hassler Stability Software Requirements and convey a clear understanding for successfully performing the specification requirements.  B.    Past PerformanceThe vendor shall submit, as part of its quote, information on up to three (3) of its most relevant contracts or efforts (including Federal, State, and local Government and/or commercial) within the past three (3) years prior to the date the RFQ was issued.  For each contract or effort, the vendor shall provide: •    Name of Vendor•    Contract Number, Order Number, or Identifier•    Contract Type•    Description of work performed that demonstrates the similarity of the contract in terms of scope and magnitude to the requirements of this RFQ.•    Customer Name, Location, and Title including e-mail address and Telephone number•    Contracting Officer and Contracting Officer’s Representative/Technical Point of Contact Name, Location, and Title including e-mail address and Telephone number•    Total dollar value for the Contract•    Contract Period of Performance.•    The solicitation shall also authorize vendors to provide information on problems encountered on the identified contracts and their corrective actions.The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government.  Vendors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance.  However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other vendors.  The vendor shall provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance.  The assessment of the vendor’s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ.  The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ.Volume II – Price Quote The price quote shall be submitted separately from the Business Solution using the CLIN structure identified in the table above.  (End of Addendum to FAR 52.212-1 Instructions to Offerors – Commercial Items)FAR 52.212-2 Evaluation—Commercial ItemsAddendum to FAR 52.212-2 Evaluation—Commercial Items(a) The Government will award a contract resulting from this solicitation to the responsible vendor whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered.  The following factors shall be used to evaluate quotes:•    Evaluation Factor 1- Software Capability•    Evaluation Factor 2- Past Performance •    Evaluation Factor 3- PriceSoftware Capability and Past Performance, when combined, are significantly more important than price.(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the quote’s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of Addendum to FAR 52.212-2 Evaluation—Commercial Items)52.212-4 Contract Terms and Conditions - Commercial ItemsAddendum to FAR 52.212-4 Contract Terms and Conditions- Commercial Items  (A) COMMERCE ACQUISITION REGULATION (CAR) 1352.201-70 CONTRACTING OFFICER’S AUTHORITY (APR 2010)The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price.(B) CAR 1352.233-70 AGENCY PROTESTS (APR 2010)(a) An agency protest may be filed with either: (1) The contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 FR 16,651 (April 6, 1999).(b) Agency protests filed with the Contracting Officer shall be sent to the following address: Andrew Northcutt, 200 Granby Street, Suite 405, Norfolk, VA 23510(c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address:  Andrew Hildebrandt, 200 Granby Street, Suite 405, Norfolk, VA 23510(d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority.(e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce, Office of the General Counsel, Chief, Contract Law Division, Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, NW., Washington, DC 20230. FAX: (202) 482–5858.(C) CAR 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010)(a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed.(b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims.(c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce, Office of the General Counsel, Chief, Contract Law Division, Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, NW., Washington, DC 20230. FAX: (202) 482–5858.(D) CAR 1352.239-72 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (APR 2010)(E) CAR 1352.246-70 PLACE OF ACCEPTANCE (APR 2010)(a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be:NOAA SHIP FERDINAND HASSLER                                            (F) NAM 1330-52.222-70 NOAA SEXUAL ASSAULT AND SEXUAL HARRASSMENT PREVENTION AND RESPONSE POLICY (MAY 2018)In accordance with NOAA Administrative Order (NAO) 202-1106, NOAA Sexual Assault and Sexual Harassment Prevention and Response Policy, it is the policy of NOAA to maintain a work environment free from sexual assault and sexual harassment. NOAA prohibits sexual assault and sexual harassment by or of any employee, supervisor, manager, contractor, vendor, affiliate, or other individual with whom NOAA employees come into contact by the virtue of their work for NOAA. (a)  Definitions.Contractor Employees - The term “contractor employees,” as used in this solicitation and contract language, refers to employees of the prime contractor or its subcontractors, affiliates, consultants, or team members.Sexual Assault - The term sexual assault, as used in this solicitation and contract language, means any conduct proscribed by state or federal sexual abuse laws, including, but not limited to, those defined in chapter 109A of title 18 of the U.S. Code (sexual abuse), and assaults committed both by offenders who are strangers to the victim and by offenders who are known or related by blood or marriage to the victim.Sexual Harassment - As defined by the Equal Employment Opportunity Commission, sexual harassment is a form of sex discrimination that violates Title VII of the Civil Rights Act of 1964. It includes unwelcome sexual advances, requests for sexual favors, and other verbal, non-verbal, or physical conduct of a sexual nature when any of the following are true:•    Submission to such conduct is made either explicitly or implicitly as a term or condition of an individual's employment;•    Submission to or rejection of such conduct by an individual is used as the basis for employment decisions affecting such individual;•    The conduct unreasonably interferes with an individual's work performance or creates an intimidating, hostile, or offensive working environment.The main characteristics of sexual harassment are that the harasser's conduct is targeted against the recipient’s sex, gender identity, or sexual orientation, and is unwelcome to the recipient. It may include, but is not limited to: offensive jokes, slurs, epithets or name calling, undue attention, physical assaults or threats, unwelcome touching or contact, intimidation, ridicule or mockery, insults or put-downs, constant or unwelcome questions about an individual's identity, and offensive objects or pictures.(b) Requirements.(1)    It is the responsibility of the contractor to ensure that contractor employees maintain the highest degree of conduct and standards in performance of the contract. In support of this, NOAA urges its contractors to develop and enforce comprehensive company policy addressing sexual assault and sexual harassment.(2)    The contractor shall include wording substantially the same as this solicitation and contract language in every subcontract so that it is binding upon each subcontractor.(3)    If a contractor employee observes or is the object of sexual assault or sexual harassment, he or she is highly encouraged to report the matter, as soon as possible, to their immediate supervisor, the Contracting Officer’s Representative (COR), subset of the COR (e.g. Task Manager or Assistant COR), or contracting officer (CO) if a COR is not assigned to the contract. The contract employee may also contact the NOAA Civil Rights Office to obtain guidance on reporting instances of sexual assault or sexual harassment. If deemed necessary, the contractor employee may also report such instances to local law enforcement. In the case where the incident occurs while performing at a remote location, such as at sea or in the field (at a field camp or other isolated location) where the above referenced individuals are unavailable, the contractor employee should follow the reporting procedure set forth in NAO 202-1106, Section 6,.07, Reporting from Remote Locations.i.    Swift reporting allows NOAA and the contractor to take the appropriate measures to ensure that offensive behavior stops and the complainants’ needs are addressed.ii.    The COR (if assigned), CO, and contractor, where applicable, will work together to ensure appropriate action is taken in accordance with applicable laws and regulations, contract terms and conditions, and the contractor’s written policy (where applicable).(4)    The contractor shall provide all contractor employees assigned to perform under this contract with mandatory sexual assault and sexual harassment prevention and response training in compliance with the requirements of NAO 202-1106, Section 5, Prevention Training and Awareness, as part of their initial in-processing and on an annual basis thereafter. The initial training shall be completed within business days [30 unless a different number is inserted] of contract award or the date a contractor employee is assigned to perform under the contract, as applicable.Evidence of initial training by name and date completed for each contractor employee, shall be submitted to the COR or contracting officer (if no COR assigned) within 10 business days of completion. Evidence of annual training by name and date completed for each contractor employee shall be submitted to the COR or contracting officer (if no COR assigned) no later than March 1st of each calendar year of contract performance.i.The mandatory sexual assault and sexual harassment training provided by the contractor shall include the required elements set forth by NOAA’s Workplace Violence Program Manager. A link to the website including the required elements of the training is provided at: http://www.ago.noaa.gov/quicklinks/harassment_training.html. The website will also provide training materials and resources to assist the contractor in conducting the training. The contractor may provide training that solely addresses the NOAA required elements or may supplement existing company sexual assault and sexual harassment training in a manner that ensures all of the elements are adequately addressed.ii.The required elements of the training and resources available to the contractor for the training may be updated by NOAA periodically. The contractor is responsible for monitoring the website and incorporating any changes to the NOAA required elements into the contractor provided training.iii.NOAA’s Workplace Violence Program Manager, COR, or CO may periodically review the contractor’s training outline to ensure all required elements are included and, if necessary, any appropriate adjustments are made to the training by the contractor.iv.Contractor employees performing on assignments in a remote location, such as at a field camp or other isolated locations, are subject to receiving the same briefing on the parameters of the order provided to NOAA employees as set forth in Section 6 of NAO 202-1106.(5)    The contractor shall provide a copy of this solicitation and contract language and NAO 202-1106 to contractor employees.(c) Sexual Assault/Sexual Harassment (SASH) Helpline.For NOAA employees, affiliates, and contractors who have experienced sexual assault or sexual harassment, NOAA has established the NOAA Sexual Assault/Sexual Harassment (SASH) helpline. This helpline is designed to provide crisis intervention, referrals, and emotional support to those who are victims and/or survivors of sexual harassment or sexual assault within the workplace. Contractor employees may use the helpline to receive live, confidential, one-on-one support in an occurrence of sexual harassment or assault by a Federal Government employee.All services are anonymous, secure, and available worldwide, 24 hours a day, seven days a week. The NOAA SASH helpline is accessible through a variety of channels, including:•    Phone: 1-866-288-6558•    Website & Online Chat: https://www.noaasashhelpline.org/•    Mobile App: NOAA SASH Helpline (available via iOS and Android App Stores)•    Text: (202) 335-0265(d) Confidentiality.Any party receiving information from the filing of a complaint alleging sexual assault or sexual harassment, or while performing an investigation into such a complaint, shall keep the information confidential. “Confidentiality” means that the information shall only be shared with others who have a need to know the information to conduct their official duties.(e) Remedies.In addition to other remedies available to the Government, contractor employee violations of Federal requirements (e.g., law, statutes, executive orders, code, rules, regulations) applicable to sexual assault and sexual harassment and/or failure to complete the mandatory training set forth in this solicitation and contract language, may result in:1. Requiring the Contractor to remove a contractor employee or employees from the performance of the contract;2. Requiring the Contractor to terminate a subcontract;3. Suspension of contract payments until the Contractor has taken appropriate remedial action;4. Termination of the contract for default or cause, in accordance with the termination clause of this contract;5. Suspension or debarment; or6. Other appropriate action.(G) NAM 1330-52.237-70 CONTRACTOR COMMUNICATIONS(a) A contractor employee shall be identified both by the individual’s name and the contractor’s name when:1.    Included in NOAA’s locator, and2.    When submitting any type of electronic correspondence to any NOAA employee or stakeholder.(b) Any written correspondence from a contractor or any contractor employee shall be printed on company/organization letterhead or otherwise clearly identify the sender as an employee of the company or organization and shall identify the contract number.(c) Contractors and/or contractor employees shall clearly identify themselves as such in any verbal communications, whether in informal discussion or a formal meeting.(H) NAM 1330-52.237-72 CONTRACTOR ACCESS TO NOAA FACILITIES (SEPT 2017)(a)1.    The performance of this contract requires employees of the prime contractor or its subcontractors, affiliates, consultants, or team members (“contractor employees”) to have access to and to the extent authorized, mobility within, a NOAA facility.2.    NOAA may close and or otherwise deny contractor employees access to a NOAA facility for a portion of a business day or longer for various reasons including, but not limited, to the following events:i.    Federal public holidays for Federal employees in accordance with 5 U.S.C. 6103;ii.    Fires, floods, earthquakes, and unusually severe weather, including but not limited to snow storms, tornadoes, and hurricanes;iii.    Occupational safety or health hazards;iv.    Lapse in Appropriations; orv.    Federal Statute, Executive Order, Presidential Proclamation, or any other unforeseen reason.3.     In such events, the contractor employees may be denied access to a NOAA facility that is ordinarily available for the contractor to perform work or make delivery, as required by the contract.(b)  In all instances where contractors are denied access or required to vacate a NOAA facility, in part or in whole, the contractor shall be responsible to ensure contractor personnel working under the contract comply. If the circumstances permit, the contracting officer will provide direction to the contractor, either directly or through the Contracting Officer’s Representative (COR), which could include continuing on-site performance during the NOAA facility closure period; however, if Government oversight is required and is not available, on-site performance shall not be allowed. In the absence of such direction, the contractor shall exercise sound judgment to minimize unnecessary contract costs and performance impacts, for example, performing required work off- site if possible or reassigning personnel to other activities if appropriate.(c)  The contractor shall be responsible for monitoring the Office of Personnel Management at opm.gov, the local radio, television stations, NOAA web sites, and other communication channels. Once the facility is accessible, the contractor shall resume contract performance as required by the contract.(d)  For the period that NOAA facilities were not accessible to contractors who required access in order to perform the services, the contracting officer may—1.    Adjust the contract performance or delivery schedule for a period equivalent to the period the NOAA facility was not accessible;2.    Forego the work; or3.    Reschedule the work by mutual agreement of the parties.(e)   Notification procedures of a NOAA facility closure, including contractor denial of access, are as follows:1.    The contractor shall be responsible for notification of its employees of the NOAA facility closure to include denial of access to the NOAA facility. The dismissal of NOAA employees in accordance with statute and regulations providing for such dismissals shall not, in itself, equate to a NOAA facility closure in which contractors are denied access. Moreover, the leave status of NOAA employees shall not be conveyed or imputed to contractor personnel. Accordingly, unless a NOAA facility is closed and the contractor is denied access to the facility, the contractor shall continue performance in accordance with the contract.2.    Access to Government facilities and resources, including equipment and systems, will be limited and personnel necessary to administer contract performance may not be available. Generally, supply and service contracts that are funded beyond the date of the lapse in appropriation and do not require access to Government facilities, active administration by Government personnel or the use of Government resources in a manner that would cause the Government to incur additional obligations during the lapse in appropriation may continue. If a delivery date for a contract falls during the period of a lapse in appropriations, Government personnel may not be available to receive delivery. Contractors are directed to consult with a contracting officer before attempting to make a delivery. Contracting officers will be available throughout the lapse in appropriation period to provide guidance.Once OMB guidance is given, CORs, in consultation with the contracting officer, will notify those contractors that are deemed by the Program Office to be performing excepted work and identify the contractor personnel requiring access to NOAA facilities. CORs will also coordinate with directly with facility management or physical security personnel at respective locations to ensure that the names of contractor personnel requiring access to Government facilities during the lapse in appropriations are provided to physical security personnel.Contractors who are not designated as performing excepted work are not allowed access to Government facilities or to utilize Government resources in a manner that would incur any additional obligation of funding on behalf of the Government during the lapse in appropriation.3.    Unless otherwise specified within the contract award, contractors requiring access to NOAA facilities outside normal business hours or outside the normal workweek shall submit a written request in writing through the COR to the contracting officer. The written request shall provide justification supporting the required access and be submitted 72 hours hours before access to the NOAA facility is needed.(I) NOAA ACQUISITION MANUAL (NAM) 1330-52.242.70 SUBMITTAL OF INVOICES (FEB 2011)The Contractor shall prepare and submit an invoice to the COR for approval [with a paper copy to the contracting officer for information]. All invoices shall be submitted by the 10th day of the subsequent month.To constitute a proper invoice, the contractor’s invoice shall be prepared in accordance with, and contain all elements specified in, the paragraph titled, “Contractor’s Invoice,” of the applicable prompt payment provision of the contract (e.g., FAR 52.232-25, Prompt Payment; FAR 52.232-26, Prompt Payment for Fixed-Price Architect Engineer Contracts; or FAR 52.232-27, Prompt Payment for Construction Contracts). For contracts and orders for commercial items and services, paragraph (g) of FAR 52.212-4, titled, “Invoices,” applies.If the invoice does not comply with the applicable prompt payment provision of the contract, the COR will return it to the contractor within seven days after the date the designated office received the invoice along with a statement as to the reasons why it is not a proper invoice.(J) NAM 1330-52.270-304 NOAA ACQUISITION AND GRANTS OFFICE OMBUDSMAN (OCT 2016)(a)  The NOAA Acquisition and Grants Office (AGO) Ombudsman is available to organizations to promote responsible and meaningful exchanges of information. Generally, the purpose of these exchanges will be to:1.    Allow contractors to better prepare for and propose on business opportunities.2.    Advise as to technologies and solutions within the marketplace that the Government may not be aware of, or is not fully benefiting3.    Identify constraints in transparency(b)  The AGO Ombudsman will objectively, reasonably, and responsibly collaborate with parties and recommend fair, impartial, and constructive solutions to the matters presented to him/her. Further, the AGO Ombudsman will maintain the reasonable and responsible confidentiality of the source of a concern, when such a request has been formally made by an authorized officer of an organization seeking to do business with, or already doing business with NOAA. (c)  Before consulting with the AGO Ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations with the respective contracting officer for resolution. However, direct access to the AGO Ombudsman may be sought when an interested party questions the objectivity or equity of a contracting officer’s decision, or when there is a bona fide reason to believe that reasonable, responsible, and objective consideration will not be received from an assigned contracting officer.(d)  There are several constraints to the scope of the AGO Ombudsman’s authority, for instance:1.    Consulting with the AGO Ombudsman does not alter or postpone the timelines of any formal process (e.g., protests, claims, debriefings, employee employer actions, activities involving A¬76 competition performance decisions, judicial or congressional hearings, or proposal, amendment, modification or deliverable due dates).2.    The AGO Ombudsman cannot participate in the evaluation of proposals, source selection processes, or the adjudication of protests or formal contract disputes.3.    The AGO Ombudsman is not authorized to generate or alter laws, judicial decisions, rules, policies, or formal guidance.4.    The AGO Ombudsman is not authorized to develop or alter opportunity announcements, solicitations, contracts, or their terms or conditions.5.    The AGO Ombudsman cannot overrule the authorized decisions or determinations of the contracting officer.6.    The AGO Ombudsman has no authority to render a decision that binds AGO, NOAA, the Department of Commerce, or the U.S. Government.7.    The AGO Ombudsman is not NOAA’s agent relative to the service of magistrate or judicial process and cannot be used to extend service of process to another party (whether federal, public, or a private entity).(e)   After review and analysis of a filed concern or recommendation, the AGO Ombudsman may refer the interested party to another more suitable Federal official for consideration. Moreover, concerns, disagreements, and/or recommendations that cannot be resolved by the AGO Ombudsman will need to be pursued through more formal venues.(f)  The AGO Ombudsman is not to be contacted to request copies of forms and/or documents under the purview of a contracting officer. Such documents include Requests for Information, solicitations, amendments, contracts, modifications, or conference materials.(g)  Questions regarding items (a) through (f) within this language shall be directed to Rafael Roman, NOAA AGO Ombudsman, at Rafael.Roman@noaa.gov.(End of addendum to FAR 52.212-4 Contract Terms and Conditions – Commercial Items)52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial        Items (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).       (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).       (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).(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:     __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).       __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)).__ (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.)XX (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).       __ (5) [Reserved].       __ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).XX (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).       __ (10) [Reserved].       __ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C.657a).             __ (ii) Alternate I (Nov 2011) of 52.219-3.__ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).             __ (ii) Alternate I (Jan 2011) of 52.219-4.       __ (13) [Reserved]       XX (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C.644).              __ (ii) Alternate I (Nov 2011).              __ (iii) Alternate II (Nov 2011).       __ (15) (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.       __ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).       __ (17) (i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637(d)(4))              __ (ii) Alternate I (Nov 2016) of 52.219-9.              __ (iii) Alternate II (Nov 2016) of 52.219-9.              __ (iv) Alternate III (Nov 2016) of 52.219-9.              __ (v) Alternate IV (Aug 2018) of 52.219-9           __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).           __ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C.637(a)(14)).           __ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).__ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Oct 2019) (15 U.S.C. 657f).           XX (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).__ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).__ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).           XX (25) 52.222-3, Convict Labor (June 2003) (E.O.11755).           __ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2019) (E.O.13126).           XX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).           XX (28) (i) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246).                __ (ii) Alternate I (Feb 1999) of 52.222-26.           __ (29) (i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).                  __ (ii) Alternate I (July 2014) of 52.222-35.           XX (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793).                  __ (ii) Alternate I (July 2014) of 52.222-36.           __ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).          XX (33) (i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).                 __ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).__ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (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.)__ (35) (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.)__ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).__ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun2016) (E.O. 13693).__ (38) (i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).                 __ (ii) Alternate I (Oct 2015) of 52.223-13.          __ (39) (i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).                  __ (ii) Alternate I (Jun 2014) of 52.223-14.          __ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).__ (41) (i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).                 __ (ii) Alternate I (Jun 2014) of 52.223-16.XX (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).           __ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).           __ (44) 52.223-21, Foams (Jun 2016) (E.O. 13693).          __ (45) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).                 __ (ii) Alternate I (Jan 2017) of 52.224-3.           XX (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).__ (47) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.                __ (ii) Alternate I (May 2014) of 52.225-3.                  __ (iii) Alternate II (May 2014) of 52.225-3.                 __ (iv) Alternate III (May 2014) of 52.225-3.          __ (48) 52.225-5, Trade Agreements (Oct 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).XX (49) 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).__ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).          __ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).__ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).__ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C.4505, 10 U.S.C.2307(f)).           __ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C.4505, 10 U.S.C.2307(f)).XX (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).__ (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C.3332).          __ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C.3332).          XX (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).           __ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)).__ (60) (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.                 __ (iii) Alternate II (Feb 2006) 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:              __ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).               __ (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).__ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).__ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).__ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).__ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).__ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).                __ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).                __ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).__ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792).(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 (Oct 2015) (41 U.S.C. 3509).(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).(v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (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 $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(vi) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.                (vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).                (viii) 52.222-26, Equal Opportunity (Sept 2015) (E.O.11246).                (ix) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C.4212).                (x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793).                (xi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C.4212)(xii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.                (xiii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).(xiv) (A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O 13627).                     (B) Alternate I (Mar 2015) of 52.222-50(22 U.S.C. chapter 78 and E.O 13627).(xv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).(xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).                (xvii) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).                (xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).                (xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).                (xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).                     (B) Alternate I (Jan 2017) of 52.224-3.(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(xxiii) 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 its contractual obligations.(End of Clause)The following additional information is applicable to this acquisition:Reference    Number    TitleFAR    52.203-18    Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—RepresentationFAR    52.204-7    System for Award ManagementFAR    52.204-13    System for Award Management MaintenanceFAR    52.204-16    Commercial and Government Entity Code ReportingFAR    52.204-17    Ownership or Control of OfferorFAR    52.204-18    Commercial and Government Entity Code MaintenanceFAR    52.204-20    Predecessor of OfferorFAR    52.204-21    Basic Safeguarding of Covered Contractor Information SystemsFAR    52.209-7    Information Regarding Responsibility MattersFAR     52.212-3    Offeror Representations and Certifications – Commercial ItemsFAR    52.223-6    Drug-Free WorkplaceFAR    52.232-40    Providing Accelerated Payments to Small Business SubcontractorsCAR     1352.209-72    Restrictions on DisclosureCAR     1352.209-73    Compliance with the LawsCAR     1352.209-74    Organizational Conflict of Interest******* End of Combined Synopsis/Solicitation ******** 

NORFOLK , VA 23510Location

Place Of Performance : NORFOLK , VA 23510

Country : United StatesState : Virginia

You may also like

SBE-3 AND SBE-4 FOR NOAA SHIP NANCY FOSTER

Due: 19 Jul, 2024 (in 2 months)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

NOAA FLEETWIDE STABILITY SOFTWARE AND SERVICES

Due: 03 Aug, 2025 (in 15 months)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

Intent to Sole Source: NOAA Ship Rainier Gyro System

Due: 09 Sep, 2024 (in 4 months)Agency: COMMERCE, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541511Custom Computer Programming Services
pscCode 7030