Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1997 PSA#1992

Commander, Military Sealift Command, Bldg 210, 901 M Street SE, Code N10, Washington, DC 20398-5541

T -- SUBSCRIPTION TO DOD PARTS AND LOGISTICS DATABASE(S) (SIC 7375) SOL N00033-98-R-8006 DUE 121797 POC Pam Broglio, Contract Specialist and Deidre D. Rumsey, Contracting Officer 202/685-5950 WEB: Click here to access the MSC Homepage with related documents., http://www.msc.navy.mil. E-MAIL: Click here to send e:mail to the Contracting Officer, Deidre.Rumsey@smtpgw.msc.navy.mil. (i) This is a combined solicitation/synopsis 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. (ii) Solicitation No. N00033-98-R-8006 is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-02 and Defense Acquisition Circular 91-12. (iv) The solicitation is unrestricted and is not set aside for small business concerns. (v) ITEMS AND OPTIONS: CLIN 0001: 125 each one-year data base subscriptions (50 multiple user, 75 single user) in CD ROM and/or remote access format. CLINS 0002-0005: Option Years two through four. CLIN 0006: Additional data loading, distributing, access or programming services may be required to customize aspects of the system for Military Sealift Command's use, not to exceed 250 hours per year in accordance with (vi) below. (vi) DESCRIPTION: The data base subscriptions must provide the capability to store, retrieve, display and print Department of Defense, Department of the Navy, Department of the Army, and Department of the Air Force parts, Allowance Parts List (APL), Allowance Equipage List (AEL); Federal Logistics Information System (FLIS), including characteristics; Master Repairable Item List (MRIL); Navy Cross Reference File (CRF) data; Navy NICN-NIIN Data; Master Index of APLs (MIAPL); List of Items Requiring Special Handling (LIRSH); Master Allowance Parts List, Records A, B, C, D, E, F, G; Master Allowance Equipage List, Records A, B, C, D, E F, G; Modified FLSIP, Records A, B, C D, E, F, G; Master Allowance Parts List Section B; Modified FLSIP (MODFLSIP); Commercial and Government Entity (CAGE) Data; Level C Header Data; Army Master Data File (AMDF); Air Force D043 Data; Procurement Histories Data, some of which will be provided by MSC; P2300 Data; P2310 Data; and P2330 Data. Each data base subscription shall include access to data files (information less than 30 days old); user interface capabilities; installation program; user's manual and updates; and 24-hour, 7-days-a-week, telephone technical support. Customization requirements identified during the contract term will be ordered on a time and material basis by contract modifications. Offerors must provide (1) extent to which system may be customized; and (2) a pricing schedule for individuals available to perform customization. Contract price will include a provision for customization services not to exceed 250 hours per year. USER ENVIRONMENT: The program will execute on existing IBM-compatible MS Windows 3.1 and MS Windows NT microcomputers and Novell and MS Windows NT Local Area Networks. (vii) DATE AND PLACE OF DELIVERY: Base contract subscription term is 01 January 1998 to 31 December 1998 with options for four additional, one-year subscriptions for the period commencing 01 January 1999. The subscriptions are to be delivered by first-class mail (CONUS, APO/FPO address). Hard copy distribution list shall be provided/updated by MSC upon award and during term of subscription. (viii) INSTRUCTIONS for responding to this solicitation are provided in FAR 52.212-1, "Instructions to Offerors -- Commercial". (ix) EVALUATION CRITERIA are found in FAR 52.212-2, "Evaluation -- Commercial Items". The following factors shall be used to evaluate offers: system capability, ability to meet timely data base updates requirements; ease of use and technical support; past performance; price. Technical and past performance when combined are significantly more important than price. To enable evaluation of past performance offerors must provide references of three most recent awards of same or similar data base subscription. (x) OFFERORS MUST COMPLETE AND RETURN WITH THEIR PROPOSAL the information required by FAR 52.212-3, "Offeror Representations and Certifications -- Commercial Items". (xi) FAR 52.212-4,"Contract Terms and Conditions -- Commercial Items" applies to this acquisition. (xii) FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items," applies to this acquisition, including the following clauses therein: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); (2) 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423); (3) 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d) (2) and (3)); (8) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); (9) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (16) 52.239-1, Privacy or Security Safeguards (5 U.S.C..552a); (17) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). (xiii) In addition to the above, the following DFARS clauses apply: 252.225-7000, Buy America Act -- Balance of Payments Program Certificate; 252.212-7000, Offeror Representations and Certifications -- Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items and the following clauses listed therein: 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10, E.O. 10582); 252.225-7012, Preference for Certain Domestic Commodities; 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). (xiv) N/A. (xv) N/A. (xvi) DATE, TIME, AND PLACE OFFERS ARE DUE: 17 December 1997, 12:00 EST, Military Sealift Command, Washington Navy Yard, Bldg. 157, 901 M Street SE, Washington, DC 20398-5540. (xvii) Contact Bob Link (202-685-5959) or Pam Broglio (202-685-5948) for information regarding this solicitation. (0344)

Loren Data Corp. http://www.ld.com (SYN# 0088 19971215\T-0001.SOL)


T - Photographic, Mapping, Printing and Publication Services Index Page