Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2002 FBO #0355
SOLICITATION NOTICE

D -- ONLINE INFORMATION RETRIEVAL SERVICE

Notice Date
11/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024403T0168
 
Archive Date
1/27/2003
 
Point of Contact
Elizabeth A. Walker 619-532-2886 Fax: 619-532-1088, Email: elizabeth_a_walker@sd.fisc.navy.mil
 
E-Mail Address
Email your questions to Click here to contact the Contract Specialist
(elizabeth_a_walker@sd.fisc.navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-03-T-0168 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09 dated 30 Sep 02 and DFARS Change Notices effective through 10/25/2002. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when subm itting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published on an unrestricted basis: all eligible, responsible sources may submit a quote. The standard industrial code is 2741, the NAICS code is 511140, and the business size standard is 500 employees. The government intends to make a firm fixed price, single award using simplified acquisition procedures for the following line items. The award shall be for a base period with two option periods. CLIN 0001 - SUBSCRIPTION TO A LOGISTICS/PARTS INFORMATION RETRIEVAL SERVICE FOR ASSAULT CRAFT UNIT FIVE, MCB CAMP PENDLETON, CA, THAT CAN BE ACCESS VIA THE INTERNET BY STANDALONE PCs, LOCAL ARA NETWORK, OR WIDE AREA NETWORK. 3 USER CONFIGURATION REQUIRED. POP 1 DEC 02 THROUGH 30 NOV 03. CLIN 0002 - SUBSCRIPTION TO A LOGISTICS/PARTS INFORMATION RETRIEV AL SERVICE FOR ASSAULT CRAFT UNIT FIVE, MCB CAMP PENDLETON, CA, THAT CAN BE ACCESS VIA THE INTERNET BY STANDALONE PCs, LOCAL ARA NETWORK, OR WIDE AREA NETWORK. 3 USER CONFIGURATION REQUIRED. POP 1 DEC 03 THROUGH 30 NOV 04. CLIN 0003 - SUBSCRIPTION TO A LOGISTICS/PARTS INFORMATION RETRIEVAL SERVICE FOR ASSAULT CRAFT UNIT FIVE, MCB CAMP PENDLETON, CA, THAT CAN BE ACCESS VIA THE INTERNET BY STANDALONE PCs, LOCAL ARA NETWORK, OR WIDE AREA NETWORK. 3 USER CONFIGURATION REQUIRED. POP 1 DEC 04 THROUGH 30 NOV 05. Any proposed system shall at a minimum provide the following data retrieval services and product functionality. FLIS (Fleet Logistics Information System): A database that is searched by any combination of the following fields: Manufacturer's part number, FSC, NIIN, NSN, Item Name (both approved and unapproved item names), CAGE Code, Company Name, Source of Supply, Ac quisition Advice Code, Item Name Code, end item codes from the Army, Navy and Air Force, Navy's COG code, PID Keyword, PID Spec, and Technical Characteristics. UPC(Universal Parts Center) Access to the Universal Parts Center (UPC). The UPC references part information for over 40 million records, all part numbers within the CAPSXpert Electronic Component database, part numbers from the Vendor Master Catalog database and part numbers provided by commercial companies participating in the UPC service. Company Name: Search by company name will provide all CAGEs that relate to that company, including manufacturer's facility. CAGE records must cross-reference to Dun and Bradstreet information, which provides additional telephone numbers, addresses and lists the DUNS number for the company record being viewed. Keyword/Wildcard Database Search: In order to save time and sea rch steps, keyword (Item Name) searches all the records by applicable fields or combination of fields that match the keyword values, regardless of the cataloging order. Technical characteristic search: The ability to enter any number, including MILSPEC, etc., as a part number search and set technical characteristics for the resulting records. Reports: Customizable to include just the fields of data required by users. Report profiles can be saved and used as often as needed. Other users can also share report profiles NIIN/NICN Search: Search by a NICN (Navy Item Control Number) in the FLIS search screen. A cross-reference to the NICN database must show past cataloged information for the record being viewed. P2300/10/30 database and the Work Unit Code database. The P2300 database must support an NHA (Next Higher Assembly) search. Navy APL/AEL database. This database must provide a cross-reference directly to all of the matching APL records. The APL/AEL databases shall be capable of being independently searched by a variety of search keys, including Hull and UIC numbers. Nomenclature searching in the APL shall support all names and numbers (numeric values) that appear in the APL or AEL nomenclature. APL/AEL component data shall cross reference to FLIS, CRF, CAGE and Alternate Part information. Miscellaneous Databases: In addition, the following databases must be included: H-2, H6, H4/H8, MIAPL, MRIL, LIRSH, P2002, and Navy Master Data File. Quotes will be accepted on a "Brand Name or Equal" basis. The following brand name products are known to be acceptable: 1) HAYSTACK Online Service w/integrated APL and Universal Parts Center, P/N WOCDI/WOAI/PCADD. The following clauses and provisions apply to this solicitation and to any resulting order: FAR 52.212-1, Instructions to Offerors - Commercial Items. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. FAR 52.212-3, Offer Representations and Certifications - Commercial Items with ALT I; 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses - FAR 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.211-16, Brand Name or Equal; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.217-5 Evaluation of Options; FAR 52.21 7-9, Option to Extend Services; FAR 222.21 - Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. FAR 52.233-3 Protest After Award, FAR 52.247-34, FOB Destination, FAR 52.253-1, Computer Generated Forms; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following local provisions are also incorporated by reference, a copy of which will be made available by the Contract Specialist upon request: L-331, Review of Agency Protest, and L332, Unit Prices. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLL OWING PROVISION WITH THEIR QUOTATIONS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items, with ALT I. The full text of the Federal Acquisition Regulations (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at http://farsite.hill.af.mil. The government intends to make a single award to the responsible quoter whose quote is the most advantageous to the government considering price and price-related factors. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code , Dun & Bradstreet Number, and Taxpayer ID number. All FAR/DFARS certifications and representations specified above must also accompany your quote. Quotes must be received no later than 12:00 PM, PST on November 27th, 2002, and will be accepted via fax (619-532-1088) or via e-mail (elizabeth_a_walker@sd.fisc.navy.mil).
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00208325-W 20021122/021120213500 (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.