Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 21,1997 PSA#1891

Fleet 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