|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,2000 PSA#2534Crane Division, Naval Surface Warfare Center, Code 1164, 300 Highway
361, Crane, In 47522-5001 70 -- IHS SUBSCRIPTION SOL N00164-00-Q-0091 DUE 021400 POC Ms. Marcia
Ferguson, Code 1164, telephone 812-854-3857, fax 812-854-3465, e-mail
ferguson_m@crane.navy.mil WEB: Naval Surface Warfare Center, Crane
Division's homepage, www.crane.navy.mil. This is a Combined
Synopsis/Solicitation for commercial items prepared in accordance with
the format in 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. Solicitation number N00164-00-Q-0091
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 7375 and the business
size standard is $18 Million or less. The total Small Business
Set-aside has been dissolved in accordance with FAR 13.105. The
requirement will be satisfied using a sole-source procurement to
Information Handling Services, 15 Inverness Way East, Englewood,
Colorado 80112 since IHS is the only source capable of meeting the
Government's requirement. This requirement is a renewal subscription
consisting of: Line item 0001: Description: DOD Standardization, P/N
ML14X; Line item 0002: Description: Hot Specs Update, P/N DS32X; Line
item 0003: Description: Historical DOD Standards, P/N DS97X; Line 0004:
Description: Naval Instructions, P/N ML69X; Line item 0005: Description
DOD Directives, P/N ML79X; Line item 0006: Historical Naval Instruction
and DOD Directives, P/N ML10X. A Navy Statement of Work is available
for downloading @ www.crane.navy.mil/supply. The Government requires
this renewal subscription to commence as soon as practicable. All
responsible resources may submit a quote which will be considered by
the Agency. A fixed price purchase order will be awarded based on
Simplified Acquisition Procedures (SAP). The following provisions apply
to this acquisition: 52.203-3 Gratuities, 52.212-1 Instructions to
Offerors -- Commercial Items; 52.212-4 Contract Terms & Conditions --
Commercial Items; 52.212-5 Contract Terms & Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items; 52.222-3
Convict Labor; 52.233-3 Protest After Award; 52.203-6 Restrictions on
Subcontractor Sales to the Government, with Alternate 1; 52.219-8
Utilization of Small Business Concerns and Small disadvantaged Business
Concerns; 52.219-14 Limitations on Subcontracting; 52.222-26 Equal
Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Special
Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for
Handicapped Workers; 52.222-37 Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act --
Supplies; 52.225-9 Buy American Act -- Trade Agreements Act -- Balance
of Payments Program; 52.225-18 European Union Sanctions for End
Products; 52.225-19 European Union Sanctions for Services; 52.225-21
Buy American Act -- North American Free Trade Agreement Implementation
Act -- Balance of Payments Program, DFARS 252.212-7001 Contract Terms
& Conditions Required to Implement Statues or Executive Orders
Applicable to Defense Acquisitions of Commercial Items (APR 1998),
252.225-7012 Preference for Certain Domestic Commodities, 252.227-7015
Technical Data Commercial Items apply to this acquisition. The
contractor shall extend to the Government the full coverage of
commercial sale, provided such warranty is available at no additional
cost to the Government. Offerors responding to this announcement must
provide the information contained in 52.212-1, Instruction to Offerors
-- Commercial Items and must include a completed copy of provision
52.212-3, Offeror Representations and Certifications Commercial Items.
The offeror should also provide its Commercial and Government Entity
(CAGE) code, Contractor Establishment Code (DUNS number) and Tax
Identification Number. SPECIAL NOTICE: The Director, Defense
Procurement have revised DFARS to require contractors to be registered
in the Central Contractor Registration (CCR) as a condition for
receipt of contract award effective 01 Jun 1998. Offerors may obtain
informationon registration and annual confirmation requirements by
calling 1-888-227-2423, or via the Internet @ http://ccr.edi.disa.mil.
For further details regarding the requirements of CCR, offerors are
advised to review the requirements of DFARS 252.204-7004. Offerors and
contractors may obtain information on registration and annual
confirmation requirements by calling 1-888-227-2423, or via Internet @
http://ccr.edi.disa.mil. 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. Quotations, and the above required
information must be received at the above contact point in this office
on or before 14 Feb 2000 at 12:00 PM (Noon) Eastern Standard Time.
Posted 02/08/00 (W-SN423290). (0039) Loren Data Corp. http://www.ld.com (SYN# 0290 20000210\70-0007.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|