Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,2000 PSA#2523

Department of the Navy, NAWCAD Contracts Competency Division, Villa Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010

L -- ATMIS ADVANCED SYSTEM ADMINISTRATION COURSE TRAINING SOL N00421-00-Q-0144 DUE 020800 POC Agnes Birch, 301-862-8884 WEB: Click here to download a copy of the combined synopsis/solicitation, http://www.navair.navy.mil/business/ecommerce/index.cfm. E-MAIL: click here to contact the contract specialist, BirchAE@navair.navy.mil. This is a sole source combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), 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. NOTE: Documents related to this synopsis/solicitation will be available electronically via the internet at the following URL: http://www.navair.navy.mil/business/ecommerce/index.cfm. Solicitation number N00421-00-Q-0144 is issued as a Request For Quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-11 and Defense Acquisition Circular 91-13. This combined synopsis/solicitation also serves as a notice of intent to negotiate with ACE*COMM Corporation, 704 quince Orchard Road, Gaithersburg, MD 20878 on an other than full and open competitive basis for the procurement of CLIN 0001-Develop and provide the NetPlus Advanced System Administrator's Course in accordance with the attached Statement of Work, on the basis of FAR 6.302-1 (ONLY ONE RESPONSIBLE SOURCE AND NO OTHER SUPPLIES OR SERVICES WILL SATISFY AGENCY REQUIREMENTS). The government intends to negotiate on a sole source basis with ACE*COMM Corporation because ACE*COMM Corporation is the sole developer, sole implementer and integrator of the NetPlus product. This procurement will be F.O.B. destination and delivered to Receiving Office, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010; M/F: Gary Lohman (Code: 4.5.8.6). Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's right under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. Inthe event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (AUG 1998) is incorporated by reference and applies to this acquisition. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I -- COMMERCIAL (JUN 1999) with proposals. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (APR 1998) is incorporated by reference and applies to this acquisition The following addendum is added: YEAR 2000 COMPLIANCE (OCT 1998) (a) The Contractor shall ensure that all information technology, which will be required to perform date/time processing involving dates subsequent to December 31, 1999, shall: (1) be Year 2000 compliant or (2) if the Contracting Officer approves in writing, the identified information technology will be upgraded to be Year 2000 compliant prior to the earlier of: (I) the earliest date on which the information technology may be required to perform date/time processing involving dates later than December 31, 1999 or (ii) December 31, 1999; and (3) Describe existing information that will be used with the information technology to be acquired and identify whether the existing information is Year 2000 compliant. (b) "Year 2000 compliant" means, with respect to information technology, that the information technology accurately processes date/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 and 2000 and lap year calculations, used in combination with the information technology being acquired, properly exchanges date/time data with it. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS ([JAN 1999]*[OCT 1998]), FAR 52.203-6 Restriction on Subcontractor Sales to the Government, FAR 52.219-8 Utilization of Small Business Concerns (Jan 1999), FAR 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 1998), FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998), FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1990), FAR 52.232-33 Payment by Electronics Funds Transfer Central Contractor Registration (May 1999) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this solicitation by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: 1)52.222-26, Equal Opportunity (E.O. 11246), 2) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212), 3) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212), and 4) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components -- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996). **End of clause** DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (OCT 1998), DFAR 252.225-7001 Buy American Act and Balance of Payments Program (Mar 1998), DFAR 252,225-7012 Preference for certain domestic commodities (Sept 1997), DFAR 252.227-7015 Technical Data Commercial Items (Nov 1995), DFAR 252.227-7037 Validation of Restrictive Markings on Technical Data (Nov 1995), DFAR 252-243-7002 Requests for Equitable Adjustment (Mar 1998) are incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: 1) Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). The provision at 252.204-7004 Required Central Contractor Registration (MAR 1998) applies to this solicitation. Offer is due to Agnes Birch, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 08 February 2000. Facsimile proposals shall beaccepted. For information regarding this solicitation or copies of FAR provision 52.212-3 contact Agnes Birch, Code 254133, Tele#301-862-8884 or via e-mail: BirchAE@navair.navy.mil. If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (301-862-8670) or telephone (301-862-8884). **END SYNOPSIS/SOLICITATION #N00421-00-Q-0144.* *SEE NUMBER Note 22 Posted 01/24/00 (W-SN418624). (0024)

Loren Data Corp. http://www.ld.com (SYN# 0102 20000126\L-0001.SOL)


L - Technical Representative Services Index Page