COMBINED SYNOPSIS/SOLICITATION
Brand Name HYPACK-A Xylem Brand Max + Hysweep, Hard Lock Key
(i) This is a combined synopsis/solicitation for commercial items prepared in 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1305M325Q0145.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 (Jan 2025) (Deviation 2025-02/03) (Feb 2025).
(iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 334610. The small business size standard is 1,250 employees.
(v) This combined solicitation/synopsis is for purchase of the following commercial item(s):
CLIN 0001 Product Code: HYPACK BRAND NAME: SW-MH-DL: Max + Hysweep, Hard Lock Key
Quote shall indicate delivery time after award. Must be an authorize reseller.
All offered products must meet the requirements of Buy American-Supplies to be considered. Provide verification of the country of manufacture for offered products.
(vi) Description of requirements is as follows:
1. PURPOSE: Software suite needed to provide hydrographic survey data collection.
2. SCOPE OR MISSION: We are a multidisciplinary environmental research laboratory that provides scientific understanding to inform the use and management of Great Lakes and coastal marine environments. The Lake Michigan Field Station (LMFS) in Muskegon, MI is a government owned facility in support of all missions of the Great Lakes Environmental Research Laboratory (GLERL) in Ann Arbor, MI. We have 17 government-owned vessels that support integral research and buoy deployment/maintenance on the Great Lakes.
3. BACKGROUND: HYPACK is a comprehensive suite of software that is needed for hydrographic survey data collection. HYSWEEP is a specific module or add-on within the HYPACK software suite, designed to handle multibeam sonar data and conduct high-precision bathymetric surveys. It is especially important for users involved in surveying large areas or mapping sea-beds with high resolution. Together the software provides data acquisition, visualization, and software integration of multiple systems into HYSWEEP.
4. TECHNICAL SPECIFICATIONS:
Qty(3) HYPACK MAX + HYSWEEP licenses(hard lock keys)
(vii) Date(s) and place(s) of delivery and acceptance:
Delivery shall be FOB Destination.
Brand Name Justification:
HYPACK/HYSWEEP. NOAA OMAO is currently using HYPACK for their systems and GLERL is working to be in line with OMAO quality and standards, to do so GLERL needs to use the same products that are currently being used to ensure continuity. NOAA personal have extensive experience using HYPACK so continuing its use will allow us to streamline our processes and not waste time or additional funding having to learn a new system, troubleshoot compatibility issues, or incur additional costs to attend training on a new software. Furthermore, HYPACK is already installed and integrated on our vessels, ready for use. We are only waiting on the license to proceed with data collection and field work. NOAA knows for certain that HYPACK is compatible with our existing sonar systems and software and will not require additional updates or modifications. Moving to a different product would result in issues in all of the above-mentioned areas and would cost us valuable time in the field collecting data. The software program is compatible with existing equipment. This is specialized software for hydrographic work and other products do not meet expectations. This software is also frequently used across NOAA for data acquisition and there is great benefit in GLERL being aligned with the other NOAA offices. This license is the best option for efficiency, compatibility, and quality for data acquisition.
(viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.
(ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.
(x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer, unless the offeror’s Reps & Certs section on SAM.gov is accurate and current.
Per Deviation 2025-02/03: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
(xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.
(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found in full text on the Request for Quote form SF18 attachment.
(xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment.
(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.
(xv) Quotes are required to be received in the contracting office no later than 12:00PM MST/MDT on 05/21/2025. All quotes must be submitted electronically via email to diana.romero@noaa.gov.
(xvi) Any questions regarding this solicitation should be submitted electronically via email to diana.romero@noaa.gov.
UTILIZATION OF FEDCONNECT® FOR CONTRACT ADMINISTRATION
The Department of Commerce will utilize the FedConnect® web portal in administering this award. The contractor must be registered in FedConnect® and have access to the FedConnect® website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect® questions please call the FedConnect® Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect®.
(End)
FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)
NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.
1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Quote documents shall include signed copies of the SF 18 and SF 30(s) to acknowledge the solicitation and any applicable amendments. Email quotes are required and can be sent to diana.romero@noaa.gov.
2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote.
3. Offerors shall assume that the Government has no prior knowledge of them or their capability.
4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered.
1. Brand Name/Technically Acceptable
2. Delivery
3. Price
THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR’S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT.
FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021)
Offers will be evaluated based on price and the factors set forth in paragraph (a).
(a) The Government will award a contract 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. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following;
1. Qty(3) HYPACK MAX + HYSWEEP licenses(hard lock keys)
2. Delivery
3. Price.
The Government intends to award a low priced, technically acceptable, single award firm fixed-price purchase order on an all or none basis with payment terms of Net 30.
(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 an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)