SOLICITATION NOTICE
R -- E6 SGML Management Program Enhancement
- Notice Date
- 8/21/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, JACKSONVILLE NAVAL AVIATION DEPOT, 6206 Avaiation Avenue, Jacksonville, FL, 32212
- ZIP Code
- 32212
- Solicitation Number
- N65886-06-T-0004
- Response Due
- 9/6/2006
- Archive Date
- 9/21/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quotation numbered N65886-06-T-0004. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11, Defense Acquisition Circular 91-13 and DFARS Change Notice 1006711. NAVAIR Depot Jacksonville, Florida has a requirement for E-6 Standardized General Markup Language (SGML) and Interactive Electronic Technical Manual (IETM) viewing capabilities. This requirement is being synopsized as a competitive, 100% small business set-aside acquisition under the North American Industry Classification System (NAICS) code 541330 and a small business size standard of $23M. The contract type will be a commercial simplified acquisition purchase (SAP) with firm-fixed price Contract Line Items (CLINS) for CLIN 0001 Labor and cost reimbursable CLINs for 0002 ODC?s and 0003 Travel. The specific requirements are as follows: TASK 1 Modify SMP system to utilize System Optimization for Web Server Enhancement. This IETM performance enhancement requires the restructure of the current IETM navigational files into hierarchical segments. Modifications would be required to reconfigure the IETM search system in order to accommodate the restructured navigational files. Task 2 SMP system to utilize AutoCAD files in IETM (viewer as part of build). This IETM system enhancement requires a programming effort to establish AutoCAD file format recognition within the IETM system and the IETM Installation Program will be expanded to include the provisions for installing the required AutoCAD plug that is required to render the files for view. Task 3 Modify SMP system to have ability to put calculation sheets in IETM. This IETM enhancement requires an initial one-time programming effort to accommodate the Calculation Sheet functionality within the IETM interface and the IETM build application and to develop the ground rules for individual calculation sheet development. This feature will support a dynamic calculation sheet environment where the calculation sheet content may be populated with automatically maintained referencing as is currently provided throughout the standard IETM content. A sample generic calculation sheet will be provided for testing. Task 4 Modify system to utilize the placement of video clips in the IETM. This IETM enhancement requires a programming effort to revise the current IETM infrastructure so that it may support the recognition of specific types of customer-provided video segments. A directory structure will be created within the IETM file system to host the video files. 52.212-1, Instructions to Offerors Commercial Items (Jan 2006) is incorporated by reference and applies to this acquisition. The provision at FAR 52.212-2, Evaluation Commercial Items (Jan 1999) and any resulting addenda applies to this acquisition. The Government shall award in accordance with FAR part 13 on a lowest price technically acceptable basis. The Offeror who meets the minimum technical requirements and provides the lowest price will be awarded the contract. The following minimum requirements of acceptability must be met in order to be considered for award: offeror must demonstrate an understanding of the requirements of the Performance Statement of Work (PSOW), applicable instructions, and guidance documents referenced in the PSOW and RFQ; offeror must demonstrate capability in performing the above listed four task areas; offeror must demonstrate a satisfactory past performance for the prime contractor and any subcontractors proposed; offeror shall provide backup information verifying the price offered (e.g. a copy of current catalog, invoices for the same service, etc.). Total Price- the price of all CLINs will be totaled to determine the total price for evaluation consideration. Total price will be evaluated on the maximum contractor labor cost and maximum contract cost proposed. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Jun 2006), including Alt. 1 (Apr 2002) with its quote. FAR 52.212-4, Contract Terms and Conditions Commercial Items (Sep 2005) is incorporated by reference and any resulting addenda applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jun 2006), is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition:52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S. C. 644); 52.222-3, Convict Labor (June 2003)(E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246);52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The clauses at FAR 52.247-34, F.O.B. Destination (Nov 1991) and 52.252-2, Clauses Incorporated by Reference (Feb 1998) www.arnet.gov/far/ http://farsite.hill.af.mil ] apply to this acquisition. DFARS clause 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A (Nov 2003) is incorporated by reference and DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2006) is incorporated by reference, however, for paragraph (a) clause 52.203-3, Gratuities (Apr 1984) (10 U.S.C. 2207) applies to this acquisition and for paragraph (b) clause 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005) (41 U.S.C. 10a-10d, E.O. 10582) and clause 252.232-7003, Electronic Submission of Payment Requests (May 2006) (10 U.S.C. 2227) applies to this acquisition. DFARS clause 252.246-7000, Material Inspection and Receiving Report (MAR 2003) also applies to this acquisition. Numbered Note 1 applies to this combined synopsis/solicitation. Quotes shall be submitted on 8 1/2 x 11 ?inch paper with printing on one side only. The quote should be printed in type size no smaller than 12 point, no reduction permitted. Text should be single-spaced with margins at one inch (right, left, top, and bottom). Further inquiries regarding this notice or requests for a copy of the CDRLs, Performance Statement of Work, and/or Performance Standards for this effort will be posted on the NAVAIR Website Doing Business Link at http://www.navair.navy.mil. Offerors must be registered in the Central Contractor Registration (CCR). Lack of registration in the CCR will make an offeror ineligible for award. Information may be obtained by calling 888-227-2423 or via the Internet at www.ccr.gov. Also Contractors will be required to register for Wide Area Workflow (WAWF) for invoicing and payment by NAVAIR. Information on self-registration for WAWF can be obtained at https://wawf.eb.mil, additional support concerning WAWF can be accessed by calling the Navy WAWF Assistance Line 1-800-559-WAWF (9293). All responsible sources may submit a quotation which shall be considered by this agency. Quotes shall be received at the below address by hardcopy or email to NAVAIR Depot Jacksonville, 6206 Aviation Ave., Cecil Commerce Center, Attn: Jennifer Reeder Code 6.1.7, Jacksonville, Florida 32221 jennifer.reeder@navy.mil. Quotations shall be submitted not later than 3:00 p.m. E.S.T, 06 September 2006.
- Place of Performance
- Address: JACKSONVILLE NAVAL AVIATION DEPOT, 6206 AVIATION AVE., JACKSONVILLE, FLORIDA
- Zip Code: 32212
- Country: UNITED STATES
- Zip Code: 32212
- Record
- SN01121361-W 20060823/060821221539 (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 |