|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1999 PSA#2441Crane Division, Code 1165, Naval Surface Warfare Center, 300 Highway
361, Crane, IN 47522-5001 58 -- INTERACTIVE CD-ROM SOL N00164-99-Q-0309 DUE 092899 POC Mr. Jerry
Parsons, Code 1165Z4, 812-854-5898, FAX 812-854-5066, Contracting
Officer WEB: Click here to download the Statement of Work,
http://www.crane.navy.mil. E-MAIL: Click here to reach POC,
parsons_j@crane.navy.mil. This is a combined synopsis/solicitation 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. The
solicitation is issued as a Request for Quotation N00164-99-Q-0309. The
document hereby incorporates all applicable provisions and clauses
which are in effect through Federal Acquisition Circular 97-13 and
Defense Acquisition Circular 91-13. This action has been set-aside 100%
for small business. The standard industrial code assigned to this
action is 7812 and the small business size standard is $21.5 million in
sales. The Government requires the following product: Line Item 0001 10
each Interactive CD-ROM manufactured in accordance with the Statement
of Work. The statement of work is available at www.crane.navy.mil.
Delivery is required within 210 days from effective date of contract
for Alpha version. Final delivery shall be required within 270 from
effective date of contract award. Line Item 0002 Travel, as required,
estimated amount $10,000. Delivery shall be FOB Destination to:
Receiving Officer, Code 1121A Building 41SE, Mark for: B. Hughes, Bldg
3291, 300 HWY 361, Crane, IN 47522-5011. The award will be a firm
fixed price contract and will be awarded utilizing Simplified
Acquisition Procedures. Quotations are being solicited on a full and
open competition bases. The provision at 52.212-1, Instruction to
Offerors -- Commercial is included in this document without addenda.
Offerors responding to this announcement must provide the information
in this clause. The provision at 52.212-2, Evaluation -- Commercial
Items is included in this document without addenda. This clause is
tailored to incorporate the following evaluation criteria. The
Government will award to the offeror proposing the lowest price. The
provision at 52.212-3, Offeror Representations and Certifications --
Commercial Items is included in this document. Offerors shall complete
these representations and certifications and submit the completed copy
with your proposal. The provision at 52.212-4, Contract Terms and
Conditions -- Commercial Items is included in this document without
addenda. The clause at 52.212-5, Contract Terms and Conditions Required
to Implement Statutes or Executive Orders -- Commercial Items is
included in this document. The following clauses within this clause are
applicable: 52.233-3, Protest After Award; 52.219-14, Limitation on
Subcontracting; 52.222-21, Prohibition of Segregated Facilities:
52.222-26 Equal Opportunity; 52.222-35, Affirmative Action for Disabled
Veterans of Vietnam Era; 52.222-36, Affirmative Action for Handicapped
Workers; 52.222-37, Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era; 52.225-18, European Union Sanctions for
End Products; 52.247-64, Preference for Privately Owned US Flag
Commercial Vessels. The clause at 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
applicable to Defense Acquisitions of Commercial Items is included in
this document. The following clauses within this clause are applicable:
252.225-7001 Buy American Act and Balance of Payments Program,
252.247-7024 Notification of Transportation of Supplies by Sea. Also
applicable to this solicitation are the following clauses: 52.225-11,
Restriction on Certain Foreign Purchases; 52.242-15, Stop-Work Order;
252.212-7000, Offeror Representation and Certifications -- Commercial
Items; 252.225-7000, Buy American Act -- Balance of Payments Program
Certificate, 52.245-4 Government-Furnished Property. The contractor
will also be registered with the Central Contractor Registration
DataBase (CCR) IAW DFAR 252.204-7004. The offeror shall extend to the
Government the full coverage of any standard commercial warranty
normally offered in a similar sale, provided such warranty is available
at no additional cost to the government. The offeror should also
provide its Commercial and Government Entity (CAGE) code, Contractor
Establishment code (DUNS Number) and Tax Identification Number. If a
change occurs in this requirement, only those offerors that respond to
this announcement within the required time frame will be provided any
changes/ amendments and considered for future discussions and/or
award. This action has been assigned a Defense Priority Allocation
System rating of DO. Commerce Business Daily numbered Note 1 applies to
this action. Offers (written or electronic) shall be received by the
bid depository before 2:00pm EST on 28 September 1999, by mailing to
Contracting Officer, Code 1165 Building 3291, 300 Hwy 361, Crane, IN
47522-5011, by facsimile at 812-854-5066 or e-mail at
parsons_j@crane.navy.mil . Questions may be answered by contacting the
Contracting Officer listed in item 11 of this synopsis. All
responsible sources may submit an offer which will be considered.
Posted 09/23/99 (W-SN383879). (0266) Loren Data Corp. http://www.ld.com (SYN# 0258 19990927\58-0008.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|