COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,2000 PSA#2665 Department of Transportation, United States Coast Guard (USCG),
Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins
Point Road, Building 31, Mail Stop 26, Baltimore, MD, 21226-5000 B -- SOFTWARE CONVERSION SOL DTCG40-00-Q-60151 DUE 083000 POC Robert
Orofino, Contracting Officer, Phone 410-762-6503, Fax 410-762-6008,
Email rorofino@elcbalt.uscg.mil -- Sandra McKay, Contracting Officer,
Phone 410-762-6476, Fax 410-762-6056, Email smckay@elcbalt.uscg.mil
WEB: Visit this URL for the latest information about this,
http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=DTCG40-00-Q-60151&LocID=493. E-MAIL: Robert Orofino, rorofino@elcbalt.uscg.mil.
Upgrade software to convert windows version of USCG flooding casualty
control software to view based architecture. It is anticipated that a
non-competitive sole source purchase order will be issued to CSC
advanced Marine Center, Arlington VA, unless additional sources are
located. All responsible and responsive sources are invited to express
their interest and ABILITY to provide the above-described service via
fax in writing to Mr. Orofino. All responsive and responsible sources
may submit a quote, which will be considered by this agency. This is
a combined CBD/Synopsis solicitation for commercial services prepared
in accordance with the format in subpart 12.6 of the FAR, 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. Quotation
shall include the company Tax Information Number and DUNS Number. All
responsible sources may submit a quotation, which if timely received,
shall be considered by this agency. The SIC code for this solicitation
is 8711 and the small business size standard is $18.5 million per
annum. The following FAR clauses apply to this solicitation. Offerors
may obtain full text versions of these clauses electronically at
http://www.arnet.gov/far. FAR 52.212-1 Instructions to
Offerors-Commercial Items (NOV 1999). 52.212-2 Evaluation-Commercial
Items (JAN 1999). FAR 52.212-3 Offeror Representations and
Certifications-Commercial Items (FEB 2000) with Alt 1 included. FAR
52.212-4 Contract Terms and Conditions-Commercial Items (MAY 1999). FAR
52.212-5 Contract Terms and Conditions Required to Implement Statues or
Executive Orders,Commercial Items (JUL 2000). The following clauses
listed in 52.212-5 are incorporated: 52.222-21, Prohibition of
Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (E.O.
11246); 52.222-35, Affirmative Action for Disabled Veterans and
Veterans of the Vietnam Era (29 U.S.C. 793); 52.222-37, Employment
Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.
4212); 52.225-1, Buy American Act, Balance of Payments Program,
Supplies (41 U.S.C. 10a-10d); 52.225-13,Restrictions on Certain Foreign
Purchases (E.O. 12722,12724,13059,13067,13121, and 13129); 52.232-34,
Payment by Electronics Funds Transfer-Other than Central Contractor
Registration (21 U.S.C. 3332), the time period mentioned in paragraph
(b)(1) of the clause is concurrent with the first request. ATTENTION:
Minority, Women-Owned and Disadvantaged Business Enterprises (DBEs)!
The department of Transportation (DOT), short-term Lending Program
(STLP) offers working capital financing in the form of lines of credit
to finance accounts receivable for transportation related contracts.
Maximum line of credit is $500,000 with interest at the prime rate. For
further information, call (800) 532-1169. Internet address:
http://osdbuweb.dot.gov. See Note 22*****. Posted 08/12/00
(D-SN485310). (0225) Loren Data Corp. http://www.ld.com (SYN# 0015 20000816\B-0009.SOL)
| B - Special Studies and Analyses - Not R&D Index
|
Issue Index |
Created on August 14, 2000 by Loren Data Corp. --
info@ld.com
|
|
|