|
COMMERCE BUSINESS DAILY ISSUE OF JULY 21,1997 PSA#1891Fleet and Industrial Supply Center, Norfolk Washington Detachment 901
M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC
203 76 -- BOOKS, MAPS AND OTHER PUBLICATIONS SOL N00600-97-Q-664 DUE
072497 POC For information contactWanda Willis (703) 697-3258 or Ann
Holmes at (703) 697-3155. I. This is a combined synopsis/solicitation
for commercial items prepared in accordance with the Format in FAR in
Subpart 12.6, supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; quotations
are being requested and a written solicitation will not be issued . II.
This solicitation number N00600-97-Q-664 is issued as a request for
quotation (RFQ) . All references to "offers" are understood to be
"quotations". III. The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular (FAC) 90-45. IV> FAR 52.219-6, Notice of Total Small
Business Set-Aside" is hereby incorporated by reference. The standard
industrial classification code is 76 and the small business size
standard is 500 employees. V. A list of contract line item number(s)
and items, quantities and units of measure, Clin 0001, Royal Blue
Binders w/Navy Community Service Program Artwork IAW SOW, quantity
6000, ea. Clin 0002 White Tab Set w/printed artwork IAW Statement of
Work, quantity 6000, ea. Clin 0003 Collate, packaging, and addressing
of product IAW Statement of Work, quantity 280, hr. VI. Description of
requirements for the item to be acquired. * Provide 6,000, 8 " x 11"
sheet size, 2 inch standard, metal 3-ring, .055 gauge polyethylene
material, royal blue binders. Pockets on front and back covers will
hold up to 25 sheets of letter size material each. * Print the Navy
Community Service Guidebook (enclosure (1)) artwork with white ink
screened onto front cover of the binder and enclosure (2) onto the
spine of the binder with white ink. * Provide 6,000 index sets, 8 " x
11" with " tab projection, banks of 5, recycled 90 lbs white index,
mylar reinforced tabs and binding edge, drilled for 3-hole standard.
Each set will contain 13 tabbed index pages. * Print enclosure (3) onto
index sets and print each side of the tab with black ink. Collated
index into sets. * Collate index set, binder, and Navy Community
Service Guidebook and prepare them for individual shipping. Each set
will be boxed and addressed to Navy commands using the standard Navy
distribution List (SNDL) parts 1 and 2. *Ship the finished products to:
National Capitol Region, DON Consolidated Postal System, Postal
Operations Division, BLDG 94, Naval Station Washington, 2701S. Capital
St. SW, Washington, DC 20373-5899. The remaining balance of copies
will be shipped to: Bureau of Naval Personnel (PERS-605) Attn. LCDR
Haynes, Rm. 1809, 2 Navy Annex, Washington, DC 20370-6050. * Deliver
finished products within 6 weeks upon award of contract. Government
will: * Provide the printed Navy Community Service Guidebooks. *
Provide the SNDL. * Provide "blank" government address labels (3"x5").
* Provide the Navy Community Service Guidebook artwork for binder and
tab printing on disk upon award of the contract. Provide a POC (LCDR
Annette Haynes, PERS-605, 703-614-1290 or 703-(703) 693-3311. VII.
Delivery is to be made FOB Destination to: National Capitol Region, DON
Consolidated Postal System, Postal Operations Division, BLDG 94, Naval
Station Washington,, 2701 S. Capital St. SW, Washington, DC
20373-5899. By 22 August 1997. Acceptance shall be made at destination.
VIII. FAR 52-212-1, Instructions to Offers-Commercial Items, is
incorporated by reference and applies to this acquisition. IX.
Evaluation (a) The Government will award a purchase order resulting
from this solicitation/request for quotation to the responsible offeror
whose quotation conforming to the solicitation will be most
advantageous to the Government, price and other factors considered the
following factors shall be used to evaluate quotations: (I) technical
capability of the item/service offered to meet the Government
requirements and (ii) price. Technical is approximately equal to price
in terms of evaluation. X. Offerors shall include a completed copy of
the provision at FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items, and DFAR 252.212-7000, Offeror
Representations and Certifications-Commercial Items, with its written
quotation. XI. FAR 52.212-4, "Contract Terms and Conditions-Commercial
Item" is incorporated by reference and applies to this acquisition and
resulting purchase order. The following terms and conditions are added
as an addendum to this clause: Type of Purchase Order. The resulting
purchase order will be a firm-fixed-price purchase order. FAR 52.232-18
Electronic Funds Transfer Payment (APR 1984). XII FAR 522.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive order-Commercial Items is incorporated by reference, however
for paragraphs (b) and only the following provisions apply to this
acquisition: 52.203-10 Price or Free Adjustment for Illegal or Improper
Activity. 52.219-8 Utilization of Small, Small Disadvantaged and Women
owned Small Business Concerns. 52.219-14 Limitation or Subcontracting.
52.222-26 Equal Opportunity. 52.222-35 Affirmative Action for Special
Disabled and Vietnam Era Veterans. 52.222-36 Affirmative Action or
Handicapped Workers. 52.222-37 Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era. 52.225-18 European Community
Sanctions for End Products. DFAR 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes Applicable to Defense
Acquisitions of Commercial Items, is incorporated by reference, however
only the clauses listed apply under paragraph b: 252.225-7001 Buy
American and Balance of Payment Program (41 USC 10 E.O. 10582).
252.225-7012 Preference for Certain Domestic Commodities. 252.225-7036
North American Free Trade Agreement Act. 252.247-7024 Notification of
Transportation of Supplies by Sea. XIII. Offerors include their
taxpayer identification and Cage Code with their written quotation.
XIV. If applicable, a statement regarding the Defense Priorities and
Allocations System (DPAS) and assigned rating. XV. A statement
regarding any Commerce Business Daily numbered notes. XVI. Quotations
are due on 24 July 1997, 4:00 P.M., at FISCNORVADETPNT, Pentagon, Room
5E575, Washington, DC. 20350. XVII. The following individual should be
contracted for information regarding the solicitation Wanda Willis
703-697-3258. And Ann Holmes (703) 697-3155. (0198) Loren Data Corp. http://www.ld.com (SYN# 0363 19970721\76-0001.SOL)
76 - Books, Maps and Other Publications Index Page
|
|