Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

76 -- Educational Materials (Books) for the Joint Cyber Analysis Course

Notice Date
8/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
451211 — Book Stores
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909T0452
 
Response Due
8/10/2009
 
Archive Date
8/25/2009
 
Point of Contact
Darryl Richardson 757-443-1361 Alternate POCAndrew Hildebrandt757-443-1321arthur.a.hildebrandt@navy.mil
 
Small Business Set-Aside
N/A
 
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 N00189-09-T-0452. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-35 and DFARS Change Notice 20090721. 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 451211 and the Small Business Size Standard is $7.0M dollars. This is a competitive, unrestricted action. The proposed contract action is for a brand name only. The publisher brand names and model ISBN numbers are included. 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 bids, proposals, or quotations received by the closing response date 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. The required CLIN items are identified in the table below: Item #DescriptionPublisherISBNQuantity1Your Unix 2nd EditionThe McGraw-Hill Company13 978-00725204222002The Architecture of Computer and Systems Software 4th EditionWiley, John & Sons, Inc13 978-04717154292003Guide to Networking Essentials 5th EditionCengage Learning13 978-14188371812004Cisco Certified Network Associate Study Guide 6th EditionWiley, John & Sons, Inc13 978-04701100892005C How to Program 5th EditionPrentice Hall13 978-01324041672006Security + Exam Cram 2nd EditionQue13 978-07897380422007Hacking Exposed 6th EditionThe McGraw-Hill Company13 978-0071613743200 Delivery is required by September 30, 2009; Delivery Location is Pensacola, FL 32511-5138. 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; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.219-28, Post Award Small Business Program Representation52.222-3, Convict Labor52.222-19, Child Labor52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.222-36, Affirmative Action for Workers w/ Disabilities52.222-50, Combating Trafficking in Persons52.225-13, Restrictions on Foreign Purchases52.232-33, Payment by Electronic Funds Transfer - CCR52.233-3, Protest After Award52.252-2, Clauses Incorporated by Reference.52.215-5, Facsimile Proposals: Attn: Andrew Hildebrandt 757-443-161752.247-34, FOB Destination 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: DFARS 252.204-7004 Alt. A CCR Alternate ADFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including:252.225-7001, Buy American Act & Balance of Payments252.225-7036, Buy American Act -FTA-Balance of Payments252.232-7003, Electronic Submission of Payment Request252.247-7023 Alt. III Transportation by Sea252.211-7003 Alt. 1 Item Identification & Valuation252.232-7010, Levies on Contract Payments5252.232-9402, Wide Area Workflow (WAWF)5252.NS-046P, Prospective Contractor Responsibility 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)5252.NS-049C, Employment of NON-U.S. Citizens (19 DECEMBER 2001) (FISC NORFOLK)a. The Immigration Reform and Control Act of 1986 (IRCA), Public Law 99-603 (8 U.S.C. 1324a) requires employers to verify the eligibility of individuals for employment to preclude the unlawful hiring, or recruiting or referring for a fee, of aliens who are not authorized to work in the United States.b. By signing this proposal, the offeror certifies it has and will comply with IRCA, to include that it has verified the identity and employment eligibility of any individual employed who is or may be employed by the offeror and works under this contract. The offeror certifies further that it will ensure that proposed subcontractors employing four or more individuals are in compliance with IRCA prior to the award of any subcontract for work under this contract.c. Questions regarding compliance under the Act may be directed to U.S. Department of Justice, Immigration and Naturalization Service.(End of clause) This announcement will close at 3:00 PM EDT on 10 August 2009. Contact Darryl Richardson who can be reached at 757-443-1361 or email darryl.richardson@navy.mil or alternate point of contact Andrew Hildebrandt who can be reached at 757-443-1321 or email Arthur.a.hildebrandt@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. 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/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, 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. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018909T0452/listing.html)
 
Record
SN01897443-W 20090805/090804000109-0185cad9ca82076b22cfc60c79309a45 (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.