Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1999 PSA#2441

Crane 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