Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2004 FBO #0908
SOLICITATION NOTICE

D -- Software/Services

Notice Date
5/20/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 Naval Undersea Warfare Center Division Keyport 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025304Q0176
 
Response Due
6/1/2004
 
Archive Date
7/1/2004
 
Point of Contact
L. Kress 360-396-7036 (Fax) Attn.: Supply department, Code 182, Building 945, 610 Dowell Street, Keyport, WA 98345-7610, Fax 360-396-7036
 
E-Mail Address
Email your questions to L. Kress, Purchasing Agent
(lkress@kpt.nuwc.navy.mil)
 
Description
This requirement in support of the Naval Undersea Warfare Center Division Keyport, is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-04-Q-0176. It is the intent of the Naval Undersea Warfare Center Division Keyport to sole source this requirement to Datastream in Greenville, SC in accordance with 10 USC 2304(c)(1) as implemented by FAR 6.302-1 for the items/software as indicated in this synopsis. Dealers are invited and encouraged to submit quotes. The solicitation documents incorporates the provisions and clauses in effect through Feder al Acquisition Circular 2001-23. NUWC Division Keyport has a requirement for the following: CLIN 0001: 1 group to consist of (1) Upgrade MP2 Ent SQl to Datastream 7i Oracle qty. 5, (2) Datastream 7i Hosting/Supp Named Seat qty. 5, (3) Datastream Now! Maintenance Track Milestone qty. 1, and (4) MP2 to Datastream 7i Static Migration qty 1. FOB Destination: Naval Undersea Warfare Center Division Keyport, Keyport, WA 98345-7610 with Inspection and Acceptance at Destination. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, and 252.225-7000 Buy American Act-Balance of Payments Program Certificate with their quote. Following are additional FAR and DFARS Clauses applicable to this acquisition: Clause 52.212 -4 Contract Terms and Conditions ? Commercial items, Clause 52.215-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.222-3 Convict Labor, 52.222-19 Child labor-Cooperation w/Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disable Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT-CCR. DFARS Clause 525.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFARS clauses cited in this clause are applicable to this acquisition: 252.225-7001 Buy American Act-Balance of Payments Program, 252.247-7023 Transportation of Supplies by Sea. The following DFARS clause is incorporated by reference 252.204-7004 Required Central Contractor Registration. DFARS clause 252.211-7003 Item Identification and Valuation is incorporated in full. Quotes/Offers are due no later that 01 Jun 04, 1600 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-S1. Commercial Simplified Procedures shall be used for this procurement. The Purchase Order resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and a ny subsequent amendments. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the following price evaluation factors: Single Award for All Items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Responsibility: Offerors must meet the standard for FAR 9.104. Firms interested in submitting quotes must (1) complete the pricing providing all charges, (2) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Regist ration database (http://www.ccr.gov). Any questions should be submitted in writing via the fax number provided above or e-mailed to lkress@kpt.nuwc.anvy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations Supplement (DFARS) at http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same.
 
Web Link
NUWC Acquisition Division
(http://www-keyport.kpt.nuwc.navy.mil/NECO/solicitation.htm)
 
Record
SN00589737-W 20040522/040520212424 (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.