Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2002 FBO #0311
SOLICITATION NOTICE

70 -- Best Practice Replication System

Notice Date
10/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Information Technology Service (10TR), 4040 Wheaton Way, Suite 111, Bremerton, WA, 98310
 
ZIP Code
98310
 
Solicitation Number
SSNN1017
 
Point of Contact
Judith Carter, Contract Specialist, Phone (360) 474-7867, Fax (360) 782-2067,
 
E-Mail Address
judith.carter@gsa.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only REQUEST FOR QUOTATION (RFQ); quotes are requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. RFQ No. (Solicitation Number) SSNN1017 is issued as a Request for Quotation (RFQ) under FAR Part 13, Simplified Acquisition Procedures. The complete solicitation is not enclosed. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-07. This procurement is in support of and their technical requirements are specified in the enclosed. Supervisor of Shipbuilding Newport News, VA.. The government will award a contract resulting from this solicitation to the responsible offer or whose offer conforming to this notice will be most advantageous, representing the best value to the government, price, technical and other factors considered. A Purchase Order will be awarded. The provisions at 52.212-1 Instructions to Offerors ? Commercial Items and 52.212-2 Evaluation ? Commercial Items, applies to this solicitation/acquisition. Offerors shall include a completed copy of the provision 52.212-3, Offer or Representations and Certifications ? Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executives Orders ? Commercial Items apply to this acquisition (specifically (but not excluding) all of 39.2, 52.212-4 and 52.212-15 parts 52.202-1,52.203-2,52.203-3,52.203-6,52.203-8,52.203-10,52.203-11,52.203-12,52.204-4,52.209-5,52.209-6,52.213-1,52.213-4,52.212-5,52.233-3,52.219-4,52.219-14,52.222-26,52.222-35,52.222-36,52.222-37,52.222-19,52.225-1,52.225-3,52.225-5,52.225-8,52.225-13,52.232-34,52.239-1,52.232-11.52.232-18,52.232-23,52.242-13,52.243-1,52.247-1,52.247-34,52.249-2, and GSAM clauses 552.203-71,552.211-73,552.211-74,552.211-77,552.232-8,552.232-70,552.246-17,552.249-70,552.249-71,552.252-5,552.252-6). The FAR provisions and clause are hereby incorporated by reference. The potential awardee will be required to register in the IT-Solutions Shop at https://it-solutions.gsa.gov for the post-award process and the submission of invoices. A proposals must be received by 4:00 PM PST, Oct 15, 2002 to be considered by the government. Inquiries and proposals will only be accepted electronically by email Debbie.Stonehouse@gsa.gov or by fax to 360-782-2062 or Judith.Carter@gsa.gov or by fax to 360-782-2067 MINIMUM SPECIFICATIONS: Pilot and implement a Best Practice Replication system in the Aircraft Carrier Maintenance Community The proposed action to be approved is for acquisition of a patented, ISO 9000 certified, complete web enabled best practice replication practitioners solution that is readily available commercially off the shelf and can be implemented in the carrier maintenance community. The knowledge sharing best practice replication system will be seamlessly applied and implemented (in a maximum of 12 weeks). A Best Practice Replication System must be a complete systems approach that includes collection and evaluation, communication and implementation of proven, high value, practices : a) Documented worldwide successful implementation in an industrial environment. b) Established functional processes that have proven successful in capturing and diffusing proven practices in support of a knowledge sharing system in an industrial environment. c) Technical documentation that defines all parameters of a Best Practice Replication System. d) Complete Project Management Implementation Guidelines e) Training f) Post deployment technical assistance Task Description /Technical Specifications: a) Collect Proven High Value Practices b) Communicate the Better Practices through an Intranet System c) Manage the Process. Products/Deliverables a) Licensed Process, b) Licensed Materials c) License Grant, d) Implementation Guidelines e) Process Assistance The minimum specifications are not all inclusive. Please contact the above Points of Contacts for additional details.
 
Place of Performance
Address: Newport News, VA
Zip Code: 23607
Country: USA
 
Record
SN00183855-W 20021009/021007213621 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.