Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 30,1996 PSA#1670

Commander, Naval Sea Systems Command, SEA 029P, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160

U -- LICENSE AGREEMENT WITH COVEY LEADERSHIP CENTER FOR COPYRIGHTED WORKFORCE AND LEADERSHIP EFFECTIVENESS MATERIALS, TRAINING AND COPYRIGHT LICENSE. SOL N00024-96-Q-0153 DUE 091296 SOL N00024-96-Q-0153 DUE 091296 POC POC Thomas L. Prunier, Contracting Officer (703) 602-4519 (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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii.) This SOLICITATION NUMBER N00024-96-Q-0153 is issued as a request for proposal. (iii.) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #39. (iv.) FAR 52.219-8, Utilization of Small and Small Disadvantaged and Women-Owned Small Business Concerns is hereby incorporated by reference. (v.) list of CONTRACT LINE ITEM NUMBERS: Basic contract, FY 1996: CLIN 0001: Culture-wide Agreement (Quantity 1), CLIN 0002: 7 Habits Manuals (Quantity 320), CLIN 0003: Principle Centered Leadership (PCL) Manuals (Quantity 150), CLIN 0004: 7 Habits video sets (included in culture-wide agreement)(Quantity 10), CLIN 0005: PCL video sets (included in culture-wide agreement)(Quantity 3). Option 1, FY 1997: CLIN 0006: 7 Habits (Management) Profiles(Quantity 1,133), CLIN 0007: 7 Habits (Employee) Profiles(Quantity 1,015), CLIN 0008: 7 Habits Organizers (Quantity 2,148), CLIN 0009: Learning Journals (Quantity 2,148), CLIN 0010: 7 Habits Cards (Quantity 2,148), CLIN 0011: PCL Cards (Quantity 800), CLIN 0012: PCL Texts (Quantity 800), CLIN 0013: PCL Journals(Quantity 800), CLIN 0014: 7 Habits Texts (Quantity 2,148), CLIN 0015: 7 Habits Facilitator Training session (Quantity 1), CLIN 0016: PCL Facilitator Training session (Quantity 1), CLIN 0017: Sessions with Covey Presenter as co-facilitator (Quantity 4). Option 2, FY 1998: CLIN 0018: 7 Habits (Employee) Profiles (Quantity 1,850), CLIN 0019: 1, 7 Habits Organizers (Quantity 1,850), CLIN 0020: Learning Journals (Quantity 1,850), CLIN 0021: 7 Habits Cards (Quantity 1,850), CLIN 0022: 7 Habits Texts (Quantity 1,850). (vi.) DESCRIPTION OF REQUIREMENTS: The Naval Sea Systems Command HQ intends to enter into a solesource contract with Covey Leadership Center, Inc. for copyrighted Covey workforce and leadership effectiveness materials, training and a license to copy training materials. This contract will be solesource because market research has shown that no other contractor can fulfill NAVSEA's requirements for workforce and leadership effectiveness training, be willing to license the rights to print copyrighted training materials and allow NAVSEA to conduct the training. NAVSEA will consider all reasonable offers. The procurement will include a base year and two option years. CLIN 0001: Culture-wide Agreement (Quantity 1)(Gives NAVSEA HQ the intellectual property rights over a five year period from date of award. Allows for an unlimited number of 7 Habits of Highly Effective People by Steven R. Covey copyrighted 1989 and Principle Centered Leadership by Steven R. Covey copyrighted 1990, concepts and material to be used and reinforced throughout HQ NAVSEA. Gives NAVSEA HQ the right to reproduce copyrighted manuals and deliver copyrighted training concepts to all current and future NAVSEA HQ personnel during the five year licensing period. CLINs 0002 - 0022 description same as in section (v.) above. (vii.) DELIVERY is to be made FOB Destination to: Department of the Navy, NAVSEA, Shipping/Receiving Platform, 2531 Jefferson Davis Hwy, Bldg: NC3, Arlington, VA 22202. Delivery of CLINs 0001 - 0005 shall be by 30 October 1996, delivery of CLINs 0006 - 0017 shall be by 30 September 1997 and delivery of CLINs 0018 - 0022 shall be by 30 September 1998. Acceptance shall be made at destination. (viii.) FAR 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. (ix.) FAR 52.212-2, Evaluation-Commercial Items, is incorporated by reference and applies to this acquisition. ADDENDUM. 52.212-2, Para. (a). The following factors shall be used to evaluate offers: technical capability and price. Technical capability is approximately equal to price. Offerors must include details of the offeror's ability to license the copyrighted material to NAVSEA as well as provide the training and printed material necessary to support the training program. (x.) Offerors SHALL include a COMPLETE copy of the provision 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, with its proposal. (xi.) FAR 52.212-4. ''Contract Terms and Conditions - Commercial Items'' is incorporated by reference and applies to this acquisition and resulting contracting. The following terms and conditions are added as an addendum to this clause: Type of contract: The resulting contract will be firm fixed price. FAR 52.232-18, Electronic Funds Transfer Payment (Apr 1984). (xii.) FAR 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Oct. 1995) is incorporated in this contract by reference, however for paragraphs (b) and (c) only the following provisions apply to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate 1. FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423). FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns and Women-Owned Small Business Concerns. FAR 52.219-9, Small, Small Disadvantaged and women-Owned Small Business Subcontracting Plan. FAR 52.219-14, Limitation on Subcontracting. FAR 52.222-26, Equal Opportunity (E.O. 11246). FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (29 U.S.C. 4212). FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793). FAR 52,222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10). FAR 52-225-18, European Community Sanctions for End Products (E.O. 12849). (xiii.) ADDITIONAL CONTRACT REQUIREMENTS: STANDARD COMMERCIAL WARRANTY, SUP 5252.246-9401 (JAN 1992) The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the ''inspection'' clause nor does it limit the Government's rights with regard to the other items and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The Contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. The warranty shall cover a period of _____ months, (Offeror to insert time-frame). FAR 52.217-5, EVALUATION OF OPTIONS. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest, the government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). FAR 52.217-7 OPTION FOR INCREASED QUANTITY - SEPARATELY PRICED LINE ITEM. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 5 months of contract award for Option 1 (CLINs 0006 - 0017) and within 17 months of contract award for Option 2 (CLINs 0018 - 0022). Delivery of added line items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (xiv.) DPAS rating is C9E. (xv.) CBD Numbered Note: N/A. Two proposals are due 9/12/96 1996 at 3:00 PM Eastern Time at the Naval Sea Systems Command, Code 029P Bldg. NC3/Room 4E12, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160. Offerors MUST acquaint themselves with the NEW regulations concerning Commercial item acquisition contained in FAR subpart 12 and must ensure that all Representations and Certifications are executed and returned as called for in this solicitation. For questions regarding this specific acquisition contact Mr. Thomas L. Prunier (703) 602-4519. (0241)

Loren Data Corp. http://www.ld.com (SYN# 0161 19960829\U-0001.SOL)


U - Education and Training Services Index Page