Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
MODIFICATION

D -- OPTION - Internet Access

Notice Date
10/8/2019
 
Notice Type
Modification/Amendment
 
Contracting Office
3755 Brinser St., Ste 1 San Diego, CA 92136, San Diego, CA 92136
 
ZIP Code
92136
 
Solicitation Number
N5523619Q0154
 
Response Due
10/8/2019
 
Archive Date
4/5/2020
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: 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. The solicitation number is N5523619Q0154 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 518210 with a small business size standard of $32.50M. This requirement is unrestricted and only qualified offerors may submit quotes. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-10-08 20:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be in the Statement of Work. The NAVSEA - SWRMC requires the following items, Meet or Exceed, to the following: Base Period of Performance: 10/21/2019 - 10/20/2020 LI 001: The contractor shall provide internet access to database products as follows: 0001. ASTM s Standards and SAE Standards SEE STATEMENT OF WORK, 1, LOT; LI 002: The contractor shall provide internet access to database products as follows: 0002. Capability to print and/or download ASTM s/SAE s Standards. SEE STATEMENT OF WORK, 1, LOT; Option 1 Period of Performance: 10/21/2020 - 10/20/2021 LI 001: The contractor shall provide internet access to database products as follows: 0001. ASTM s Standards and SAE Standards SEE STATEMENT OF WORK, 1, LOT; LI 002: The contractor shall provide internet access to database products as follows: 0002. Capability to print and/or download ASTM s/SAE s Standards. SEE STATEMENT OF WORK, 1, LOT; Option 2 Period of Performance: 10/21/2021 - 10/20/2022 LI 001: The contractor shall provide internet access to database products as follows: 0001. ASTM s Standards and SAE Standards SEE STATEMENT OF WORK, 1, LOT; LI 002: The contractor shall provide internet access to database products as follows: 0002. Capability to print and/or download ASTM s/SAE s Standards. SEE STATEMENT OF WORK, 1, LOT; Option 3 Period of Performance: 10/21/2022 - 10/20/2023 LI 001: The contractor shall provide internet access to database products as follows: 0001. ASTM s Standards and SAE Standards SEE STATEMENT OF WORK, 1, LOT; LI 002: The contractor shall provide internet access to database products as follows: 0002. Capability to print and/or download ASTM s/SAE s Standards. SEE STATEMENT OF WORK, 1, LOT; Option 4 Period of Performance: 10/21/2023 - 10/20/2024 LI 001: The contractor shall provide internet access to database products as follows: 0001. ASTM s Standards and SAE Standards SEE STATEMENT OF WORK, 1, LOT; LI 002: The contractor shall provide internet access to database products as follows: 0002. Capability to print and/or download ASTM s/SAE s Standards. SEE STATEMENT OF WORK, 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAVSEA - SWRMC intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA - SWRMC is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com. Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Unenforceability of Unauthorized Obligations (Jun 2013). The evaluation factors that will be used are (1) price, (2) technical acceptability, and (3) past performance. A quoter receiving a rating of Unacceptable in past performance, or Unacceptable for technical acceptability, or if their price is considered unreasonable, alone, will be sufficient to result in the quoter not being offered the purchase order, regardless of the ratings received for the remaining evaluation factors. The Government will evaluate if the quote meets all of the requirements in the Statement of Work, herein this solicitation. Technical Acceptability will be on an acceptable or unacceptable basis. Acceptable Quoter s product description meets all the requirements in the Statement of Work. Unacceptable -- Quoter s product description does not meet all the requirements in the Statement of Work. The Government will measure how well an offeror has performed on relevant contracts in the past as an indicator of the offeror s probability of meeting the solicitation requirements and an indicator of the successful performance on the current requirement. To develop the overall rating, the Government s evaluation will take into account quoter s past performance information from the Contractor Performance Assessment Reporting System (CPARS), the Supplier Performance Risk System (SPRS), the Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Report System (eSRS), as well as any other sources reasonably available to the Government. DFARS provision 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference. Past Performance will be on an acceptable or unacceptable basis. Acceptable Based on the quoter s performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort, or the quoter s performance record is unknown. Unacceptable -- Based on the quoter s performance record, the Government has no reasonable expectation that the quoter will be able to successfully perform the required effort. The Government will make a source selection decision based on the Lowest Price Technically Acceptable method in accordance with FAR 13.106-2(b)(3). An offeror must propose a reasonable price and be rated as Acceptable in all Non-Price Factors to be eligible for award. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Incorporation by Reference of Representations and Certifications (Dec 2014). Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016) Combatting Trafficking in Persons (Jan 2019). Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011). Providing Accelerated Payments to Small Business Subcontractors (Dec 2013). Requirements Relating to Compensation of Former DoD Officials (Sep 2011). Requirement to Inform Employees of Whistleblower Rights (Sep 2013). Control of Government Work Product (Apr 1992). Compliance with Safeguarding Covered Defense Information Controls (Oct 2016). Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016). Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016). Notice of Authorized Disclosure of Information by Litigation Support (May 2016). Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2018). Secondary Arab Boycott of Israel (Jun 2005). Export Controlled Items (Jun 2013). Supplemental Cost Principles (Dec 1991 Levies on Contract Payments (Dec 2006). Transportation of Supplies by Sea (Feb 2019). (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5 (Aug 2019), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Availability of Funds Buy American Act and Balance of Payments Program (MAR 1998) Qualifying Country Sources as Subcontractors (DEC 1991)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N5523619Q0154/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN05470245-W 20191010/191008230419-413f65117982d8962a19db480be193ea (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  © 1994-2020, Loren Data Corp.