Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11, 2000 PSA #2682
SOLICITATIONS

B -- SERVICE CONTRACT TO PRODUCE A HISTORY OF THE US NAVY CHAPLAIN CORPS

Notice Date
September 7, 2000
Contracting Office
FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392
ZIP Code
23511-3392
Solicitation Number
N00189-00-T-H874
Response Due
September 18, 2000
Point of Contact
Winicfred Wills Purchasing Agent (757) 443-1388
E-Mail Address
Cliick here to contact via E-mail (Winifred_F_Wills@nor.fisc.navy.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items. Request for quotes are hereby requested under RFQ N00189-00-T-H874 a subsequent solicitation document will not be issued. FISC Norfolk Acquisition Group intends to purchase on a sole source basis the following item;. CLIN 0001, 1 LOT, Service to produce A History of the US NAVY CHAPLAIN CORPS from 1958-1975, specifically produce a history which will cover policies, and functions and the role of the Navy Chaplain, IAW Statement of Work:AS GENERALLY DEFINED, THE HISTORY PROJECT OF THE Chaplain Corps of the U.S. Navy for fiscal year 2001 includes the broad functional areas to be preformed at the Chaplain Resource Branch, 9591 Maryland Avenue, Norfolk, Virginia 23511-2993. This is a segment of the extensive program of producing a history of the Corps from September 1949 to August 2000. 1. Mission aTo complete any remaining work on volume XII (lSeptemberl949-3OJunel958) bTo complete the text of and illustrations for volume XIII (IJulyl958-3OJunel975) c.To do research, as time permits, for volume XIV (I July 1975-30 June 1988) 2. Tasks a.The remaining tasks for volume XII at present are formatting, indexing, final proofreading, and readying for publication. bThe work on volume XIII will necessitate a time extension because the planning for the series and the volume of work demanded for volume XII exceeded expectations. c.Research on volume XIV will proceed as time permits and in progress will involve the acquisition of knowledge by various research tools. 3.Developing and Delivery a.Completed work will include a table of contents, foreword, preface, text, illustrations, notes, bibliography, and index. b.The work will be placed on a computer disk. c.Completed materials will become property of the United States Government. d.The work will be completed with all dispatch unless there should be extenuating circumstances concerning which both parties shall agree upon a contract revision. 4. Compensation for FY 2000 will be per contract, with consideration to full time expended. b.Compensation for FY 2001 will be as follows: (1)The total project cost will be $______. (2)Of the above amount, $_____ will be allowed for necessary travel, office expenses, and miscellaneous costs. Period of Performance 01-Oct-00 through 31-Sept 01.. FOB Destination to Norfolk, VA 23511. The following FAR provisions and clauses apply to this solicitation and are Incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (March 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2000), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 1999), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (APR 1999) (DEVIATION):, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999), FAR 52.215-5 Facsimile Proposals (OCT 1997). The RFQ document, (N00189-00-T-H874, Provisions and clauses which have been incorporated are those In effect through FAC 97-11. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 Which will be in full text. DFAR 252.225-7000 Buy American Act -Balance of Payments Program Certificate (SEP 1999), DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions Of Commercial Items (APR 1999) (DEVIATION), DFAR 252.225-7001 Buy American Act and Balance of Payments Program (MAR 1998, DFAR 252.204-7004, (MAR 2000), Required Central Contractor Registration, (a) Definitions. As used in this clause -- (1) "Central Contractor Registration (CCR) database" means the primary DOD repository for contractor Information required for the conduct of business with DOD. (2) "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet Information Services To identify unique business entities. (3) "Data Universal Numbering System +4 (Duns+4) number" means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) "Registered in the CCR database" means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States.(5) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil.. As a minimum, responsible sources should provide this office: a price proposal on letterhead or a SF1449 for the requested items with unit price, extended price, prompt payment terms, remittance address, and a completed copy of FAR 52.212-3. Responses to this solicitation are due by COB SEPT 18, 2000. All offers shall be mailed to; Norfolk Acquisition Group, Hampton Roads Detachment, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn: W. Wills, Code 202A2M, Norfolk, VA.23511-3392. Facsimile quotations are acceptable. The facsimile number is (757) 443-1376 Reference RFQ N00189-00-T-H874
Record
Loren Data Corp. 20000911/BSOL008.HTM (W-251 SN494053)

B - Special Studies and Analyses - Not R&D Index  |  Issue Index |
Created on September 7, 2000 by Loren Data Corp. -- info@ld.com