|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1999 PSA#2489Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN
47522-5001 R -- SYSTEMS ENGINEERING SERVICES SOL N00164-00-Q-0057 DUE 121699 POC
Ms. Diane Pearson, Code 1163W7, telephone 812-854-5201, FAX
812-854-3805; Ms. Luann Shelton, Contracting Officer WEB: click here to
download copy of RFQ, http://www.crane.navy.mil. E-MAIL: click here to
contact via e-mail, pearson_d@crane.navy.mil. This is a Combined
Synopsis/Solicitation for noncommercial items prepared in accordance
with the format in FAR Subpart 13, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation. A Written Solicitation Will Not Be Issued.
Solicitation Number N00164-00-Q-0057 applies and is issued as a Request
for Quote (RFQ). This solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-14 and Defense Acquisition Circular 91-13. The standard industrial
code is 8711 EXCEPT Military and Aerospace Equipment and Military
Weapons and the dollar threshold is 20 million. This requirement is for
engineering services in accordance with salient characteristics and
Contract Data Requirements Lists, which are available to download in MS
Word 97 or view in PDF format. A Firm-Fixed Price purchase order will
be awarded based on Simplified Acquisition Procedures (SAP). Period of
performance is 120 days after contract award, FOB Destination,
NAVSURFWARCEN Division, Crane, IN with inspection and acceptance at
destination. The following provisions apply to this acquisition:
52.203-3 Gratuities; 52.222-25 Affirmative Action Compliance [FILL-IN];
52.222-26 Equal Opportunity; 52.232-1 Payments, 52.233-1 Disputes;
252.243-7001 Pricing of Contract Modifications; 52.246-1 Contractor
Inspection Requirements; 52.252-2 Solicitation Provisions Incorporated
by Reference; 52.219-1 Small Business Program Representations
[FILL-IN]; 52.232-23 Alt I Assignment of Claims; 52.222-36 Affirmative
Action for Workers with Disabilities; 52.225-11 Restrictions on
Certain Foreign Purchases; 52.222-41 Service Contract Act of 1965;
252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7009
Duty-Free entry Qualifying Country End Products and Supplies; 52.232-8
Discounts for Prompt Payment; 52.204-3 Taxpayer Identification
[FILL-IN]; 52.219-8 Utilization of Small, Small Disadvantaged and
Women-Owned Small Business Concerns; 52.222-21 Certification of
Nonsegregated Facilities; 52.222-35 Affirmative Action for Disabled
Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports
on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy
American Act-Supplies; 52.233-3 Protest after Award; 52.243-1 Alt I
Changes-Fixed-Price; 52.211-14 Notice of Priority Rating for National
Defense Use; 52.222-3 Convict Labor; 52.249-4 Termination for
Convenience of the Government; 52.249-8 Default (Fixed-Price Supply and
Service); 52.232-25 Prompt Payment; 52.247-34 F.O.B. Destination;
52.245-11 Government Property (Facilities Use); 52.222-4 Contract Work
Hours and Safety Standards Act -- - Overtime Compensation and
52.222-41 Service Contract act of 1965, As Amended. 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. The Government intends to award to the
responsible contractor whose quotation is the most advantageous to the
Government considering price and price-related factors. The offers
will be evaluated on the following factors: experience on testers,
software, fixtures, adapters, etc. listed in the Statement of Work,
past performance, delivery and price. Experience on testers, software,
fixtures, adapters, etc. listed on the Statement of Work, past
performance and delivery are equal, and when taken together are
significantly more important than price. The Contractor shall provide
past performance for same/similar engineering services with other
Government Agencies, public or local Government for the past three
years. All responsible sources may submit an offer, which will be
considered by the Agency. Quotations and the above required information
must be received at the above contact point in this office on or before
16 December 1999 at 12:00 PM (Noon) Eastern Standard Time. Posted
12/02/99 (W-SN405184). (0336) Loren Data Corp. http://www.ld.com (SYN# 0077 19991206\R-0021.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|