Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 14,1998 PSA#2200

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

D -- INTRANET VERSION OF GSA SOURCE ONE SOL N00244-99-T-0009 DUE 101998 POC Contracting Officer; Jessica Dunker @619-532-2588; FAX 619-532-2347 WEB: Click here to learn more about FISC San Diego and additional, http://www.sd.fisc.navy.mil. E-MAIL: click here to submit your quote electronically or, jessica_e_dunker@sd.fisc.navy.mil. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/or after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://ccr.edi.disa.mil for more information. FISC San Diego is announcing its intent to issue an unrestricted procurement, all eligible, responsible sources may submit an offer. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; quotes are being requested with this notice. A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is N00244-99-T-0009. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05 and Defense Acquisition Circular 91-13. The standard industrial code is 7372 and the business size standard is $18 million. The agency need is for an Intranet solution for GSA source One catalog, subscription/license to run for one year (ending 9/30/99), for use at the Fleet & Industrial Supply Center San Diego (headquarters and satellite locations). This requirement is for a fixed priced contract. The first clin is for GSA Source One Intranet Version with World Wide Passwords to include licensing for access by the following FISC sites: FISC Headquarters, SD, bldg. 1, 2nd floor; FISC NAVSTA, bldg. 116 2nd floor and bldg. 36 (SIMA); FISC North Island, bldg. 334, 3rd floor; FISC North Island, bldg. 651; FISC Point Loma, bldg. 46; FISC Naval Station Ingleside TX, bldg. 233; FISC Naval Weapons Station Seal Beach, bldg. 239; FISC naval Weapons Station Corona CA, bldg. 805; and FISC Detachment Port Hueneme, bldg. 1000. This requirement is for twenty (20) simultaneous users. The second item is for one (1) each subscription to the DOD Standardization Active Service with weekly updates on the WWW for one (1) user license. Acceptance shall be made at destination. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies. Addendum to FAR 52.212-1, paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and addendum provision DFARS 252.211-7003, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2,Evaluation -- Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors -- Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov/far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet number and the Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time, on 10-19-98, and will be accepted via fax (619-532-2347) or via e-mail (jessica_e_dunker@sd.fisc.navy.mil) ONLY. Quotes submitted, as an attachment to an e-mail should be in Word version 6.0 or higher. Do Not mail. Posted 10/09/98 (W-SN261198). (0282)

Loren Data Corp. http://www.ld.com (SYN# 0019 19981014\D-0005.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page