Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1999 PSA#2489

Naval 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