Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2007 FBO #1970
SOLICITATION NOTICE

B -- Analyze/evaluate the parts management replenishment system

Notice Date
4/17/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00189 Chief of Naval ED &Training, NTC Great Lakes 2205 Depot Drive, Bldg 3200 Great Lakes, IL
 
ZIP Code
00000
 
Solicitation Number
N0018907TM058
 
Response Due
4/23/2007
 
Archive Date
5/23/2007
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00189-07-T-M058. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-13 and DFARS Change Notice 20061004. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 541512 Computer Systems Design Services and the Small Business Standard is $23.0 million. This is an anticipated sole source action with a 100% Small Business Set-Aside to Datacraft Solutions, Inc., 604 W Morgan Street, Suite B9, Durham, NC 27701-2178. The Fleet and Industrial Supply Center Norfolk, Great Lakes Office requests responses from qualified sources for supply management services for Supply Management Department, Crane IN: CLIN 1001: On site assessment in accordance with attached Statement of Work, US Dollars, CLIN 1002: Travel and per diem, US Dollars, CLIN 2001: Recommendations for Pre-Implementation Actions in accordance with attached Statement of Work, US Dollars, CLIN 3001: Activation Fee, US Dollars, CLIN 3002: Implementation/Training, US Dollars, CLIN 3003: Optimization Assessment, US Dollars, CLIN 3004: Signum 5 Packs and Supplier Seats, 12 Months. The contractor must be acceptable in Phase I and Phase II to be awarded contra ct in Phase III. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items within FAR 52.212-5, the following clauses apply and are incorporated by reference: 52.217-5, Evaluation of Options 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (JUNE 2003)(E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006)(E.o.s, proclamations, and administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). 52.215-5, Facsimile Proposals - Facsimile number (847) 688-2198 Additional contract terms and conditions applicable to this procurement are: 252.204-7004 Alt A, CCR Alternate A 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7000 Buy American Act ? Balance of Payments Program Certificate 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). 252.232-7003, Electronic Submission of Payment Requests (MAY 2006) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C 2631) Alternate III (MAY 2002) of NNZ 5252.NS-046P PROSPECTIVE CONTRACTOR RESPONSIBILITY (1 AUG 2001) (FISC NORFOLK) In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business. (End of provision) This announcement will close on 23 April 2007 @4:30 CST. Responses may be submitted to Carolyn Johnson by facsimile at (847) 688-3914 or emailed to carolyn.johnson@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. See Number Note: (1). 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technical acceptable. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within ten days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All quotes shall include prices(s) FOB point, a point of contact, name and phone number, email address if available, business size, and payment terms. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes along with all information required by NNZ 5252.NS-046P Prospective Contractor Responsibility (1 Aug 2001) (FISC Norfolk). All clauses shall be incorporated by reference in the order. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Record
SN01275220-W 20070419/070417221702 (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.