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