Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2002 FBO #0262
SOLICITATION NOTICE

R -- Commercial Item Buy for Laboratory Information Management System

Notice Date
8/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 2272 Suite 353 47123 Buse Road, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-02-R-0014
 
Response Due
8/28/2002
 
Archive Date
9/12/2002
 
Point of Contact
Susan Cusic, Contract Specialist, Phone (301) 757-2616, Fax (301) 757-8959,
 
E-Mail Address
cusicsm@navair.navy.mil
 
Description
This is a Request for Quote (RFQ) combined synopsis/solicitation announcement for commercial items. REQUIREMENT: The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD has a requirement to procure an ISO-9001 and ISO-17025 management software tool suite for the Aerospace Materials Division (AMD) of NAWCAD, Patuxent River, MD. This software suite must address all requirements for managing information in an ISO-9000/ISO-17025 laboratory. It shall include but not be limited to the following: documenting laboratory processes and procedures, controlling records, identifying and tracking materials, identifying and tracking training requirements, documenting supplier capabilities and quality, identifying calibration and maintenance requirements and status, identifying customer requirements, documenting internal and external audit processes and results, and logging and tracking corrective and preventative actions. The software suite must be a commercial-off-the-shelf (COTS) package that is specifically designed to address the full requirements of ISO-9001 and ISO-17025. This procurement shall also include associated maintenance and support requirements such as software installation, customization of the user interface, training, upgrades, to provide total life cycle support for the tool suite. The licensing shall be for a minimum of 10 concurrent users, with at least 25 concurrent users during the training period. Responders to this solicitation should demonstrate proof of their product?s ability to address the full requirements for quality system management imposed by ISO 9000 and ISO 17025 and show the capability of providing life-cycle support. Responders should be capable of providing technical support, software upgrades, and training for new features via remote access. All proposals must be for a complete ISO management solution. Quotes that only address part of the solution (i.e. internal auditing and document control) will be rejected. DELIVERY: Software installation, software customization, and training on how to use the software shall be performed within 60 days of contract award. Delivery location is at the Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670. RFQ DETAILS: This RFQ combined synopsis/solicitation announcement for commercial items is prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6 and Subpart 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. Those interested parties responding to this combined synopsis/solicitation shall prepare a quote referencing N00421-02-R-0014. This is an unrestricted RFQ. The associated NAICS code is 541511 with a small business size standard not to exceed $21.0 million. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. This RFQ incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Full text of a clause may be accessed electronically at http://www.arnet.gov/far/ All changes to this RFQ will be sent electronically to the FEDBIZOPS as amendments. Inspection and acceptance shall be made at destination. The proposed action will be a firm-fixed price (FFP) contract. All deviations from required materials or procedures must be specified/itemized. RFQ RESPONSE CONTENT: All quotes shall contain the following information: a) Evidence of compliance with Detailed Technical Requirements, b) Summary of features in addition to the Detailed Technical Requirements, c) Identification of any "minor" technical requirements that are not met, d) Evidence of product's future growth capabilities to adapt to changes in hardware, software and ISO requirements, e) Examples of user interfaces (screen shots, demo modules, presentation slides, etc., f) Company profile information, g) List of companies currently using the system, h) Name, phone number, email address and contract number of at least 3 current users that can be contacted for customer feedback, i) Implementation Plan (installation, customization, training, etc.), j) Completed Representations and Certifications (52.212-3 & 252.212-7000) RFQ ATTACHMENTS: A copy of the complete statement of work (SOW) and Representations and Certifications (52.212-3 & 252.212-7000) which must be completed and returned with your response is provided at the NAVAIR Home Page, which can be accessed at http://www.navair.navy.mil/business/business.cfm click on Doing Business With Us, click on Open Solicitations then N00421-02-R-0014. RFQ TECHNICAL QUESTIONS: Technical questions are to be emailed to the Contract Specialist, Susan Cusic, at CusicSM@navair.navy.mil no later than 23 AUG 2002. NO TELEPHONE OR FAX QUESTIONS WILL BE ACCEPTED. All responses to technical questions will be posted at http://www.navair.navy.mil/business/business.cfm under N00421-02-R-0014. CLAUSES: FAR 52.212-1 INSTRUCTIONS TO OFFERORS ?COMMERCIAL ITEMS (OCT 2000) is incorporated by reference and applies to this acquisition. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) is incorporated in full text as follows: (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. The following factors shall be used to evaluate offers: RFQ EVALUATION CRITERIA: 1) Compliance with the Detailed Technical Requirements 2) Ease of use/user interface 3) Customer feedback from existing customers 4) Cost normalized with respect to features included in the system (initial and recurring license/maintenance costs/estimated full life cycle cost) 5) Ease of migration of existing data/records 6) Company profile (projected company stability) 7) Future growth potential (increased user base, multi-site implementation, interfacing with other Navy/DOD/GOV databases) 8) Additional technical features not addressed in detailed requirements The offeror shall provide information to verify the price offered, e.g. a copy of a current catalog or established price list; three invoices for the same equipment, etc. (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. FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERICIAL ITEMS (JUL 2002) Alternate I (APR 2002) is incorporated by reference. The full text of this clause is posted on the above web site. Offerors shall submit a completed copy of the representations and certifications at FAR 52.212-3 with the proposal submission. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS?COMMERCIAL ITEMS (FEB 2002) is incorporated by reference. The following clauses are incorporated by reference as an addendum to FAR 52.212-4: (1) DFAR 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION (NOV 2001) (2) 52.219-6 ? Notice of Total Small Business Set-Aside (Jul 1996) (3) 52.247-34 -- F.O.B. Destination (Nov 1991) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS?COMMERCIAL ITEMS (MAY 2002) applies to this acquisition. (a) The Contractor agrees to comply with the following 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) 52.222-3, Convict Labor and (2) 52.233-3, Protest After Award. (b) Under paragraph (b) the following clauses apply to this acquisition: (1) (1) 52-203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; (2) 52.219-4, Notice of Price Evaluation Preference for HUBZONE Small Business Concerns; (3) 52.219-8, Utilization of Small Business concerns; (4) 52-222-21, Prohibition of Segregated Facilities; (5) 52.222-26, Equal Opportunity; (6) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans; (7) 52.222-36, Affirmative Action for Workers with Disabilities; (8) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; (9) 52.225-13, Restriction on Certain Foreign Purchases; (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components ? (1)52.222-26, Equal Opportunity; (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (3) 52.222-36, Affirmative Action for Workers with Disabilities; and (4) 52.247-64, Preferences for Privately Owned U.S.-flagged Commercial Vessels (flow down not required for subcontracts awarded beginning May 1, 1996). (5) 52.222-41 Service Contract Act 1965, as amended. DFAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (NOV 1995) The full text of this clause is posted on the above web site. Offerors shall submit a completed copy of the representations and certifications at FAR 52.212-3 with the proposal submission DFAR 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2002) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: for paragraph (b) only the following apply: (1) 52.203-3, Gratuities; (2) 52.217-9, Option to Extend the Term of the Contract; (3) 252.225-7001, Buy American Act and Balance of Payment Program; (4) 252.225-7007, Buy American Act-Trade Agreements?Balance of Payments Program; (5) 252.225-7012, Preference for Certain Domestic Commodities; (6) 252.227-7015, Technical Data-Commercial Items; (7) 252.227-7037, Validation of Restrictive Markings on Technical Data; and (8) 252.243-7002, Certification of Requests for Equitable Adjustment. (c) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I. CCR: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or by assessing the CCR web site at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html RESPONSE DEADLINE: Quotes and completed representations and certifications are due by 28 AUG 2002, 2:30 PM Eastern Standard Time. Responses are to be sent to Sue Cusic, Contract Specialist, Contracts Competency AIR 2.5.1.3.3.8, NAVAIRSYSCOMHQ, Bldg 441, 21983 Bundy Road, Unit 7, Patuxent River MD 20670-1127, EMAIL: CusicSM@navair.navy.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVAIR/N00421/N00421-02-R-0014/listing.html)
 
Place of Performance
Address: Naval Air Warfare Center Aircraft Division, 48066 Shaw Road, Bldg 2188 Room 104, Patuxent River, MD 20670
Zip Code: 20670
Country: United States
 
Record
SN00144602-F 20020821/020819221654 (fbodaily.com)
 
Source
FedBizOpps.gov 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.