Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2007 FBO #2215
SOLICITATION NOTICE

76 -- Subscription Renewal to Web of Science for period 1/1/2008 - 12/31/2008.

Notice Date
12/18/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00189 181 Wainwright Rd. Halligan Hall Room 149 Annapolis, MD
 
ZIP Code
00000
 
Solicitation Number
N0018908TA004
 
Response Due
12/21/2007
 
Archive Date
1/21/2008
 
Point of Contact
Kathleen M. Hopkins 410-293-2604
 
E-Mail Address
Email your questions to khopkins@usna.edu
(khopkins@usna.edu)
 
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 (https://www.neco.navy.mil/ ). The RFQ number is N00189-08-T-A004. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-22 and DFARS Change Notice 2007-1207. 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/dars/dfars/html/current/252201. htm. The NAICS code is 511140 and the Small Business Standard is 500 employees. The FISC Norfolk Contracting Dept.-Annapolis Office intends to award a sole source contract with Thomson Scientific, Inc. 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 fifteen 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 compet itive procurement. CLIN 0001 Renewal Subscription to Web Science, SCI-W WOS Science Citation Index, SSC-W-WOS Social Science and CLIN 0002 Corresponding Technology Fee. Period of performance is 1/1/2008 through 12/31/2008. Delivery address is: Nimitz Library, U. S. Naval Academy, 589 McNair Road, Annapolis, MD 21402-5030. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. 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; 52.222-3, Convict Labor; 52.222-19 Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Foreign Purchases; 52.215-5, Facsimile Proposals; 52.232-1 2, Advance Payments; 52.233-3, Protest After Award; 52.247-34, FOB Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252-204-7004 Alt A, CCR Alternate A; 252.232-7003, Electronic Submission of Payment Requests; 5252.232-9000, Submission of Invoices (Fixed Price); 5252.243-9400, Authorized Changes by the KO; 5252.NS-046P Prospective Contractor Responsibility; and NBZ039, Wide Area Workflow (WAWF) ? Supply; This announcement will cl ose at 9:00 am on 12/21/2007. Contact Kathleen Hopkins who can be rea ched at 410-293-2604 or email khopkins@usna.edu. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. 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 Numbered Note: 22. Note: All information technology items must be Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing and sequencing) from, into and between the twentieth and twenty-first centuries, and the years 1999 and 2000, and leap year calculations. Furthermore, Year 2000 compliant information technology, when used in conjunction with other information technology, shall accurately process date/time data if the other information technology properly exchanges date/time data with it. 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/ . METHOD OF PROPOSAL SUBMISSION: The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. Proposals in response to this RFQ can either be faxed to the individual listed above at 410-293-1369 or sent by email. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. 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
SN01472361-W 20071220/071218225151 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.