Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 9,1999 PSA#2492

Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, CO, 80840-2315

T -- AIRCRAFT ENGINE DESIGN, SECOND EDITION, TEXTBOOK SOL F05611-00-T-0123 DUE 122399 POC Marlene Kleckner, Contract Specialist, Phone (719) 333-4531, Fax (719) 333-4404, Email marlene.kleckner@usafa.af.mil -- Chris Vaccarella, Contracting Officer, Phone (719)333-3961, Fax (719)333-6603, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&;ProjID=F05611-00-T-0 123&LocID=479. E-MAIL: Marlene Kleckner, marlene.kleckner@usafa.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation Subpart 12.6 for commercial items as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This procurement is for the acquisition of a commercial item using simplified procedures as allowed in the test program defined in the Federal Acquisition Regulation (FAR) 13.5. Solicitation F05611-00-R-0017 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13. This procurement is a sole source procurement for the preparation and delivery of the second edition of the book entitled Aircraft Engine Design to be provided by the American Institute of Aeronautics and Astronautics (AIAA). The Standard Industrial Classification Code is 2731 and the Business Size Standard is 500 employees. The Statement of Work (SOW) that applies to this procurement will be provided upon request. Faxed requests can be sent to (719)333-4404, and mailed requests can be sent to Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy CO 80840-2315. Pricing is to be inclusive of the preparation and delivery of "Aircraft Engine Design, Second Edition" (AED II), to include incorporation of changes as specified in the Statement of Work. Additionally, as defined in the Statement of Work, data rights and royalties shall be protected and disbursed as noted. Price for a base period and two one-year option periods as specified should be provided: CLIN 0001 (Base period-date of award through 30 Sep 00) -- Preparation and delivery of AED II, 57.4 percent ________; CLIN 0002 (First Option-1 Oct 00 through 30 Sep 01), Preparation and delivery of AED II, 35.2 percent _________; CLIN 0003 (Second Option-1 Oct 01 through 30 Sep 02), Preparation and delivery of AED II, 7.4 percent _________. FOBdestination delivery, to include submission of progress reports and the completed textbook is required. Compliance with all instructions contained in FAR provision 52.212-1, Instructions to Offerors-Commercial Items is required. You are encouraged to submit you quote on Standard Form 1449. As allowed in FAR 13.106-2(b)(1), the contracting officer may use one or more, but not necessarily all of the evaluation procedures provided in FAR Part 14 or 15. Accordingly, award of a contract will be based on price and past performance. The basis for evaluating past performance will be based on past or current contracts (including Federal, State, and local government and Private) for efforts similar to this requirement. Past performance information should include company name, address, telephone number and point of contact for similar work accomplished over the past five (5) years. It is the government's intent to do proposal evaluation and make award without discussions. However, as allowed in 15.306(d)(1) and (2), discussions may be conducted by the contracting officer in order to maximize the Government's ability to obtain best value, based on the requirement and evaluation factors set forth in this synopsis/solicitation. The government, therefore, may conduct discussions should the contracting officer determine it necessary. Should a revised proposal be warranted, to clarify and document understandings reached, at the conclusion of any conducted discussions, an opportunity to submit a final proposal revision as allowed in 15.307(b) will be provided. A complete copy of the FAR provisions 52.212-3, Offeror Representations and Certifications-Commercial Items shall be submitted with the proposal. FAR provision 52.212-4, Contract Terms and Conditions-Commercial Items and 52.212-5, contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses 1, 5, 16, and 23 apply to this acquisition. In addition, the following clauses are included as an addenda: 52.217-5, Evaluation of Options; 52.217-7, Option for Increased Quantity-Separately Priced Line Item (period of time-30 days);52.227-14, Rights in Data-General to include Alt IV; 52.227-19, Commercial Computer Software-Restricted Rights; 52.232-19 (funds are not presently available for performance beyond 30 Sep 00)(No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 Sep 00); and 252.227-7015, Technical Data-Commercial Items and Department of Defense FAR Supplement 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10 E.O. 10582); 252.225-7036, North American Free Trade Agreement Implementation Act, and 252.232.7009, Payments by Electronic Funds Transfer also apply to this acquisition. Year 2000 Compliance Requirement: All information technology items must be year 2000 compliant, or non-compliant items must be upgraded to be year 2000 compliant no earlier than 1 Oct 99, but not later than 31 Dec 99. Year 2000 compliant means information technology that accurately processes dates/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999, 2000, and leap year calculation. Furthermore, year 2000 compliant information technology shall accurately process date/time data if the other information technology properly exchanges date/time data with it. It should be noted that faxed proposals will be accepted but must be followed up by a complete, original signed proposal. The faxed proposal can be sent to (719)333-4404. Cut off for receipt of any questions pertaining to this RFP is 3 Dec 99, 5:00 PM Mountain Standard Time (MST). Faxed/mailed proposal is to be received at the Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy CO 80840-2315, no later than 3:00 pm (MDT) on 21 Dec 99. You are reminded to refer to FAR 52.212-1, Instructions to Offerors -- Commercial Items, regarding Solicitation Amendments. Posted 12/07/99 (D-SN406415). (0341)

Loren Data Corp. http://www.ld.com (SYN# 0085 19991209\T-0006.SOL)


T - Photographic, Mapping, Printing and Publication Services Index Page