Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

R -- HAYSTACK GOLD LOGISTICS SUPPORT SERVICES

Notice Date
8/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519190 — All Other Information Services
 
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
N0018909T0458
 
Response Due
8/7/2009
 
Archive Date
8/22/2009
 
Point of Contact
Darlene H. Tucker 757-443-1335 Jill H. Krekel, Contracting Officer757-443-1219
 
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 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures 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-0458. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-32 and DFARS Change Notice 20090115. 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 519190 and the Small Business Standard is $7.0. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. The Justification and Approval document is provided as an attachment in accordance with FAR 6.302. This notice of intent is not a request for competitive proposals. The Fleet and Industrial Supply Center Norfolk requests the following on a sole source basis: Haystack Gold Logistics Support Services for the Navy Expeditionary Medical Support Command (NEMSCOM), Cheatham Annex, Williamsburg, VA 23185. The Contractor will provide services as follows: (1) Haystack Gold logistics support services via the internet with updating services. Concurrent users 3 and potential users are 10; (2) Haystack Navy APL/AEL services via the internet with updating services. Concurrent users is 3 and 10 potential users; (3) Information and education service package with License for application and services; (4) License for application and service. This procurement will be sole source in order for NEMSCOM to obtain a support services contract without interruption of current services. The existing technical research support is currently being conducted by telephone and internet, as well as providing continuing software upgrades which are patented, copyrighted, and licensed through Information Handling Services, Inc. The IHS database software is currently in production at this command, and command level applications and programs are based on this software. Information maintained in this system affects the ability for this command to provide medical support to the war fighter. Brand name is mandatory and no substitute items will be accepted, since items must be compatible with existing supplies/services. The Contractor will be required to provide support to access the program and provide training as needed. This announcement constitutes the only solicitation. The Government intends to negotiate a Sole Source, Firm Fixed Price contract with one source. The subject acquisition is a follow-on procurement to N00189-08-P-1649. The resulting contract will be for a base year period with four one year option periods. Period of Performance will begin 01 September 2009 through 31 August 2014. This requirement will be issued on an unrestricted basis with options to extend services in accordance with FAR Clause 52.217-8. The following FAR provision and clauses are applicable to this procurement: 52.209-5 Certification Regarding Responsibility Matters52.212-1, 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 52.203-6 with Alt I, Restriction on Subcontractor sales52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)).52.222-3, Convict Labor (June 2003) (E.O. 11755).52.222-19, Child Labor-Cooperation with Authorities and Remedies52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other eligible veterans52.225-13, Restrictions on Certain Foreign Purchase (Jun 2008) (E.O.'s, proclamations, and statutes administered by the office of Foreign Assets Control of the Department of the Treasury.)52.232-33, Payment by Electronic Funds Transfer52.215-5, Facsimile Proposals: Attn: Darlene Tucker, 757-443-133752.247-34 FOB Destination5252.NS-054T- NOLSC Ready-To-Ship Notice Vendor Directions Quoters shall 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 252.211.7003, Item Identification and ValuationDFARS 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 252.225-7000, Buy American Act-Balance of Payments Program Certificate252.225-7035, Buy American Act-Free Trade Agreement-Balance of Payments Program Certificate Alt I252.232-7003, Electronic Submission of Payment Requests252.232-7010, Levies on Contract Payments5252.232-9402, Invoicing and Payment (WAWF) Instructions5252.NS-046P, Prospective Contractor Responsibility (1 Aug 2001) (FISC Norfolk) 252.225-7001, Buy American Act and Balance of Payments ProgramDFARS 252.232-7010, Levies on contracts and payments 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. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov. This announcement will close at 4:00 PM EST on 07 August 2009. Contact Ms. Darlene Tucker, who can be reached at 757-443-1335 or email darlene.tucker@navy.mil or Ms. Jill Krekel at 757-443-1219 or email jill.krekel@navy.mil. 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. 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, 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. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018909T0458/listing.html)
 
Place of Performance
Address: Navy Expeditionary Medical Support CommandPaul WickerCheatham Annex108 Sanda Avenue, Bldg. 564, Williamsburg, VA<br />
Zip Code: 23185<br />
 
Record
SN01900803-W 20090807/090806002006-f33d2f45aa7fe47993e8181608db7d7a (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.