Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2004 FBO #1068
MODIFICATION

D -- Electronic Retrieval of Parts and Logistics Information and Specifications and Standards

Notice Date
10/27/2004
 
Notice Type
Modification
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Defense Contract Management Agency, Defense Contract Management Agency, DCMA Procurement Center (DCMAC-W), ATTN DCMAC-W 6350 Walker Lane Suite 300, Alexandria, VA, 22310-3241
 
ZIP Code
22310-3241
 
Solicitation Number
S5105A-05-T-0001
 
Response Due
11/5/2004
 
Archive Date
11/20/2004
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO INCORPORATE OPTION PROVISIONS by adding FAR 52.217-5, Evaluation of Options and by indicating SubCLINs 0001AB - 0001AE and 0002AB - 0002AE as options. This is combined synopsis/solicitation for commercial items under the authority of the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is S5105A-05-T-0001 and is issued as a Request for Quotations (RFQ). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Potential offerors are responsible for downloading their own copy of this combined synopsis/solicitation and amendments (if any). All future information about this acquisition, including solicitation and/or amendments, will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information regarding this acquisition. DCMA requires direct electronic access to parts/logistics information as well as Military (both current & historical) and DoD Adopted Specifications and Standards, for a few thousand of its 12,000 employees worldwide. The contractor shall provide the following services on a firm-fixed-price basis for a period of 1 (one) year (beginning November 15, 2004 through November 14, 2005), and 4 (four) option years: CLIN 0001 Retrieval of Parts/Logistics Information: Access for at least 10 (ten) simultaneous users; Access to procurement histories up to 30 years; Links to related databases, including specifications/standards, which are clearly visible in the part report; Keyword search in layman?s terms of product description and technical characteristics; Embedded search to include unrestricted placement of wildcards; Search by multiple corresponding Commercial and Government Entity (CAGE) codes; Search by company name alone, without having to input CAGE code; Batch searching where search data is an imported file and result can be tailored by specific data elements; Cross reference within the Navy?s Allowance Parts List (APL) database back to Federal Logistics Information System (FLIS); Quarterly usage report on a number of sessions, number of hours online and any reports of times when users were denied access; Access to RFQ/pricing/inventory of commercial parts meeting commercial off-the-shelf (COTS) requirements; Access to catalog pages of commercial parts; Meet Defense Information Systems Agency (DISA) certifications; and be certified by the Navy Marine Corps Intranet (NMCI). Option SubCLIN 0001AA, November 15, 2004 through November 14, 2005 Option SubCLIN 0001AB, November 15, 2005 through November 14, 2006 Option SubCLIN 0001AC, November 15, 2006 through November 14, 2007 Option SubCLIN 0001AD, November 15, 2007 through November 14, 2008 Option SubCLIN 0001AE, November 15, 2008 through November 14, 2009 CLIN 0002 Specifications and Standards: Access for at least 5 (five) simultaneous users; Immediate and unlimited electronic delivery to the desktop viewing (with no additional charges and no copyright or licensing problems) for: (1) At least 90% of the DoD Adopted Specifications and Standards; (2) All active military specifications and standards, including Navy Technical Publications used in contracts; (3) All historical military specifications and standards dating back to at least 1985, including Navy Technical Publications used in contracts; and (4) National fire codes, standards and handbooks. Links to related databases are clearly visible in the report; A reduction in the overall long-term cost of repeated buys of documents; Quarterly usage report on number of sessions, number of hours online and any reports of times when users were denied access; Capability to search by document number, organization, keyword, document type, and publication date range; Capability to search by DoD Adopted and Government Specifications and Standards; Capability to filter results by industry standard, Government documents, and American National Standards Institute (ANSI) approved status; Capability to establish a ?favorite? document list; Seamless links between the Specifications and Standards database and the Parts/Logistics database. SubCLIN 0002AA, November 15, 2004 through November 14, 2005 Option SubCLIN 0002AB, November 15, 2005 through November 14, 2006 Option SubCLIN 0002AC, November 15, 2006 through November 14, 2007 Option SubCLIN 0002AD, November 15, 2007 through November 14, 2008 Option SubCLIN 0002AE, November 15, 2008 through November 14, 2009 The following FAR clauses and conditions apply to this acquisition: FAR 52.212-1, Instructions of Offerors ? Commercial Items; FAR 52.212-2, Evaluation ? Commercial Items; FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items; FAR 52.212-4 Contract Terms and Conditions ? Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Deviation); FAR 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; and FAR 52.217-5, Evaluation of Options. Award will be made to the firm that offers the lowest evaluated price for a proposal that meets or exceeds the acceptability standards for non-cost/price factors. Technical acceptability will be determined by review of written information submitted by the Offeror and an on-line search of offeror?s website to determine whether products offered meet the Government?s requirement. The following technical factors will be used to evaluate offers: CLIN 0001: Retrieval of Parts/Logistics - Links to related databases, including specifications/standards, are clearly visible in the part report; - Search capability by keyword search in layman?s terms of product description and technical characteristics, unrestricted placement of wildcards, multiple CAGE codes, company name, and batch search via imported file; - Access to procurement histories going backwards up to 30 years; - Cross reference within the Navy?s (APL) data back to FLIS; - Access to RFQ/pricing/inventory of commercial parts meeting COTS requirements; - Access to catalog pages of commercial parts; - Quality of help service (online and offline); - Ease of navigation and ability to find information being sought. CLIN 0002: Specifications and Standards - Immediate and unlimited electronic delivery to the desktop viewing (with no additional charges and no copyright or licensing problems) for: (1) At least 90% of the DoD Adopted Specifications and Standards; (2) All active military specifications and standards, including Navy Technical Publications used in contracts; (3) All historical military specifications and standards dating back to at least 1985, including Navy Technical Publications used in contracts; and (4) National fire codes, standards and handbooks. - Links to related databases are clearly visible in the report; - Search capability by document number, organization, keyword, document type, and publication date range; - Capability to establish a ?favorite? document list; - Seamless links between the Specifications and Standards database and the Parts/Logistics database; - Ease of navigation and ability to find information being sought; - Quality of help service (online and offline). All offers submitted must include: price quote for each contract subline item number (SubCLINs 0001AA through 0001AE and 0002AA through 0002AE); descriptive information in sufficient detail to show that the products offered meet the Government?s requirement for the full contract period; the name and telephone number of the individual that can be contacted concerning retrieval of data from the offeror?s website; data rights information; company Data Universal Numbering System (DUNS) number; company CAGE code; identification of any special commercial terms; completed copies of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items (which may be obtained via the internet at the following URL: farsite.hill.af.mil); acknowledgement of any amendments that may be issued; and a letter signed by an individual authorized to bind the organization. Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Vendors must be registered in Central Contractor Registration www.ccr.gov NLT November 5, 2004, 1:00 P.M. EST to be eligible for award. The associated North American Industrial Classification System (NAICS) code for this acquisition is 519190 with a small business size standard of $6 million. All contractual and technical questions concerning this requirement must be submitted via e-mail to Ms. Gena Leake at gena.leake@dcma.mil NLT October 29, 2004, 11:00 A.M. EST. The subject line of the e-mail MUST reference the solicitation number. Inquiries will not be accepted after this cutoff date/time. Telephone inquiries will not be accepted. Quotes must be submitted to Ms. Gena Leake NLT November 5, 2004, 1:00 P.M. EST via e-mail [gena.leake@dcma.mil] or facsimile [(703) 428-3579]. ALL correspondence MUST reference the solicitation number in the subject line. ** This combined synopsis/solicitation was created in Word; in the event formatting did not carry over into the Electronic Posting System correctly, you may e-mail Ms. Gena Leake [gena.leake@dcma.mil] to request a copy of the Word file.
 
Place of Performance
Address: Defense Contract Management Agency, 6350 Walker Lane, Suite 300, Alexandria, VA 22310-3241
Zip Code: 22310-3241
Country: USA
 
Record
SN00699499-W 20041029/041027211523 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.