Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2003 FBO #0637
MODIFICATION

R -- Military Technical Library Support

Notice Date
8/26/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego, Bldg 1, 2nd Floor 937 N. Harbor Drive, Suite 212, San Diego, CA, 92132-0212
 
ZIP Code
92132-0212
 
Solicitation Number
N0024403T1050
 
Response Due
8/28/2003
 
Archive Date
9/12/2003
 
Point of Contact
Georgia Shute, FBO System Administrator, Phone 619 532-2052, Fax 619 532-4957,
 
E-Mail Address
georgia.shute@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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 submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. FISCSD intends to issue a sole-source purchase order to Jon Billig Incorporated, 5073 Mt. Durban Drive, San Diego, CA 92117. The purchase order will provide on site support of the Tactical Training Group, Pacific (TACTRAGRUPAC) technical library. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR part 13.5 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; a separate written solicitation will not be issued. Solicitation number N00244-03-T-1050 issued as a Request for Quote applies. This solicitation document and incorporated provisions and clauses are those in effect through federal Acquisition Circular 15 and Defense Acquisition Circular through 02/14/03. The standard industrial code is 8231 and the business size standard is not to exceed $5.0m. This requirement is for a fixed priced contract to provide on site technical library support to the Tactical Training Group, Pacific (TACTRAGRUPAC). The Tactical Library is the main source of tactical, systems and intelligence information at TACTRAGRUPAC. It supports approximately thirty (30) instructors assigned to TACTRAGRUPAC. The library also supports over twenty five (25) Carrier Strike Groups, Expeditionary Strike Groups, and Amphibious Ready Groups inter-deployment training cycle events a year. The events include senior flag and general officers and their staffs. Approximately twenty (20) other training events and conferences are supported, as are request from personnel to use the tactical library for research. The number of individuals supported by the technical librarian number over two thousand. Some of the services offered include maintaining publications and other media, doing research for students and staff, assisting students and staff with focused research and assisting with time sensitive research projects. Maintaining custody of United Kingdom (UK) classified materials in support of TACTRAGRUPAC's UK exchange Officer is another service/responsibility. Maintaining continuity of service and negating disruption to required services are absolutely essential to successfully performing the TACTRAGRUPAC mission. The contract requires Final Secret NATO clearance as well as clearance to access NATO information, Foreign Government Information, For Official Use Only information, and adherence to Operations Security (OPSEC) requirements. The Tactical Library has a unique naming and filing system associated with the tactical publications in the library, and with the mission, function and operation of TACTRAGRUPAC. The TPL's normal working hours is from 0700-1630 local time, five days per week, Monday through Friday. Additionally, there is a requirement for four hours on Saturday or Sunday per month during Reserve weekend, as designated by the COR. The library shall be manned by one full-time (eight hours per day) Librarian and one-full time (eight hours per day) Library Technician, and as required for Reserve weekends. The Contractor is responsible to have personnel available at all times during the normal hours of operation except for authorized holidays. Authorized holidays are: New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day and Christmas Day (or the official government observance of there holidays). Inspection and acceptance shall be made at destination. The purchase order period of performance is a one-year base period with an option for three (3) additional one-year options. Base year period of performance begins 1 October 2003 and continues through 30 September 2004. Option Year I period of performance is 1 October 2004 to 30 September 2005. Option Year II, period of performance is 1 October 2005 to 30 September 2006. Option Year III, period of performance is 1 October 2006 to 30 September 2007. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1, paragraph (b)(5): offers shall provide an express warranty that at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranty should be included in the contract. L-332, Unit Prices (OCT 2001), Contractor Unit Prices, L-333 Contractor Operated Cranes. 52.217-9 Option to Extend the Term of Contract NOV--1999 Variation. Addendum to FAR 52.212-1, Offerors are required to completed and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items; DFARS Clause 252.212-7000, Offeror Representations and Certifications-Commercial Items; and addendum Clause DFARS 252.225-7035, North American Free Trade Agreement Implementation Act. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies as well as the following addendum Clauses: FAR 52.211-5, New Material; FAR 52.211-7, Other Than New Material, Residual Inventory, and Former Government Surplus Property; FAR 52.225-18, European Community Sanctions for End Products. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for (b): FAR 52.203-6, Restrictions on Subcontractor Sales to the Government-Alternate I; FAR 52.203-10, Price or Fee adjustment for Illegal or Improper Activity; 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era. Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities: FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-41 Service Contract Act of 1965, 52.232-18 Availability of Funds( APR 1984), DFARS 252.212-7001. Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7036, North American Free Trade Agreement Implementation Act. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price related factors. Offerors will be determined to be responsible in accordance with FAR Part 9 to ensure that prospective contractors have adequate financial resources, facilities, organization and integrity to perform the contract. Department of Labor Wage Determination No. 94-2057 REV (32), Area: CA, San Diego applies. The Government will award a purchase order resulting from this RFQ to the responsible offeror whose offer is the most advantageous to the government considering price and price related factors. Offeror will be evaluated based on technical capability of the services to meet the requirement, past performance, ability to meet the required period of performance and price. Offerors will be determined to be responsible in accordance with FAR Part 9 to ensure that prospective contractors have adequate financial resources, facilities, organization and integrity to perform the contract. To be determined technically acceptable, the offer must furnish technical data that demonstrates the services offered meet all SOW and security clearance requirements. Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall render the offer to be technically unacceptable and not considered for award. Offeror?s commercial product brochures or technical information submitted in response to FAR Clause 52.212-1 Instructions to Offerors-Commercial Items, Subparagraph (b)(4) and Addendum, shall be used to make a determinations of whether the offeror meets the technical capability requirements. Offerors shall, therefore, provide information that clearly demonstrates their ability to meet the technical capability requirements. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). (b) Offeror?s PAST PERFORMANCE information will be used to make a determination of whether the offeror has a satisfactory record of past performance. Past performance is slightly more important than price. Offeror?s, should therefore, provide performance history and references to demonstrate satisfactory performance for up to three (3) prior similar contracts performed within the last three (3) years. The Contracting Officer will evaluate Offeror?s past performance as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives not merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or any degradation of performance, or lack of customer satisfaction based upon offeror?s past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror?s past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror?s past performance. A Sealed original offer must be received no later than 3:00 PM, local time, 28 August 2003. Quotes may be e-mailed: james.browley@navy.mil, and will be accepted via fax (619) 532-1088. Offers sent via the US Postal Service should be mailed to the Fleet and Industrial Supply Center, Bid Officer, 937 N. Harbor Drive, San Diego, CA 92132-0600. All offers not sent through the US mail will be considered to be hand carried and direct delivered. Proposals shall include company Cage Code, Dun and Bradstreet Number, and Taxpayer ID number. The full text of the Federal Acquisition Regulations (FAR) can be assessed on the internet at www.arnet.gov.far. Or www.deskbook.osd.mil; Defense Federal Acquisition Regulations Supplement (DFARS) can be assessed on the internet at www.dtic.mil/dfars. See numbered notes (1) and (22). Address questions to the following reference: Contracting Officer: James Browley (james.browley@navy.mil) Phone: 619-532-3988 Fax: 619-532-1088
 
Place of Performance
Address: Technical Training Group Pacific, 53720 Horizon Drive, San Diego, CA
Zip Code: 92147-5087
Country: USA
 
Record
SN00412947-W 20030828/030827074919 (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.