Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
SOLICITATION NOTICE

70 -- Inventory Locator Services Subscription/License

Notice Date
1/29/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 Naval Undersea Warfare Center 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025307T0081
 
Response Due
2/8/2007
 
Archive Date
3/10/2007
 
Description
This requirement in support of the Naval Undersea Warfare Center Division Keyport is being issued as a Combined Synopsis/Solicitation for Commercial Items in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9E. The solicitation number for this requirement issued as a Request for Quotation (RFQ) N00253-07-T-0081. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Federal Circulars 2005-14. The applicable NAICS code for this requirement is 519120 and has a size standard of $6,500,000. Our requirements are: CLIN 0001: Inventory Locator Service to meet the following minimum salient characteristics: DOD Library Subscription Serv ice to provide the following: Access to find vendor/parts equipment for ongoing and emergent support for fleet weapon systems at NUWC Keyport. Database required to provide information for over 50 million parts and be accessible so that buyer can find parts within seconds worldwide. Database to include cross referencing of FLIS or NSN to parts data and alternate part numbers for multiple sourcing and include a direct link to Haystack. Database to include information so that buyers can research vendor companies and contact them directly. Database to include special Government Suppliers Listing Program (G-listing) that identify pre-approved government vendors. All listed vendors must include a CAGE Code, CCR Registration, guarantee material is new or surplus, with shipping information (72 hours or less). Database to include G-Listings, supplier inventories, overhaul capabilities, company services provided, company catalogues and profiles. Customer to be able to access the database using Part numbers, NSNs, NIINs, Mil-Specs, or models num bers with information to be cross referenced. If quoting or equal vendor to provide specifications and documentation for review with Request for Quote. Offers shall be FOB Destination to NUWC Keyport WA 98345-7610 with Inspection and Acceptance at Destination. Period of performance for subscription to be from date of award through one year thereafter with four one year options. The following FAR and DFARS clauses apply to this solicitation: FAR 52.204-7 Central Contractor Registration, 52.212-1 Instructions to Offerors, FAR 52.212-2 Evaluation Commercial Items. Evaluation will be technical go/no, price, and past performance. The offeror must be determined to be technically acceptable before further consideration. Past performance data will be obtained from the Navy Red/Yellow/Green (RYG) database. Evaluation and award shall be based on the lowest RYG evaluated price for a product that is in compliance with the salient characteristics. FAR 52.212-3 Offerors Representati on and Certification-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, 52.227-19 Commercial Computer Software Restricted Rights, 52.233-4 Applicable Law for Breach of Contract Claim, 52.242-15 Stop Work Order, 52.242-17 Government Delay of Work, and 52.252-2 Clauses Incorporated by Reference. FAR Clauses within FAR 52.212-5: 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 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-3 3 Payment by Electronic Funds Transfer Central Contractor Registration and/or 52.232-36 Payment by Third Party, 52.211-6 Brand Name or Equal. The applicable DFARS clauses are: 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Required Central Contractor Registration, Alternate A, 252.211-7003 Item Identification and Valuation, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Contract Modifications. Clauses incorporated within 252.212-7001 are as follows: 252.225-7036 Alt I Buy American Act-Free Trade Agreements, Balance of Payments Program, 252.227-7015 Technical Data-Commercial Items, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.247-7023 Transportation of Supplies by Sea Alternate III. DFARS 252.225-7035 Buy American Act, Free Trade Agreements Balance of Payments Program Certificate Registration is incorporated in full. Offers shall complete all required documents for the above clauses. Section 508 Compliance: Product(s)/service(s) procured under this solicitation are required to be Section 508 compliant in accordance with FAR 39.2. Offeror/Reseller certifies that product(s)/service(s) provided are fully compliant with Section 508 ( ), partially compliant with Section 508 ( ), not compliant with Section 508 ( ). All offerors/resellers are required to submit a Voluntary Product Accessibility Template (VPAT) with their proposal submission demonstrating Section 508 compliance. Offers/Resellers that do not provide a VPAT may be determined non-responsive and rejected. To access the provisions to be completed, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. Offerors are also advised that these representations and certifications must be comp leted electronically via the ORCA website at http://orca.bpn.gov. Quo tes/Offers are due no later than February 8, 2007 at 3:00 PM Pacific Time. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) Any firms proposing an or equal item shall clearly identify the item by Brand Name, Make or Model number, include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting officer; and clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications, (3) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov/). The contract resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the brand name or equal requirements in the solicitation and any subsequent amendments. The Contracting Officer will evaluate equal products on the basis of inf ormation furnished by the offeror or identified in the offer and reasonable available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (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 Governme nt, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Delivery: Offerors must meet the required delivery date. (4) Responsibility: Offerors must meet the standard for FAR 9.104. Any questions should be submitted in writing via the fax number provided above or e-mailed to klosem@kpt.nuwc.navy.mil. A bidders list will not 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 established may render an offer non-responsive and result in rejection.
 
Record
SN01221446-W 20070131/070129220952 (fbodaily.com)
 
Source
FedBizOpps 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.