Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
SOLICITATION NOTICE

D -- Internet Access Subscription Service to Non-Government Standards

Notice Date
8/31/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247010Q2040
 
Response Due
9/7/2010
 
Archive Date
9/22/2010
 
Point of Contact
Lisa Sumpter 757-322-4083
 
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 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 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 RFQ number is N62470-10-Q-2040. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-43 and DFARS Change Notice 20100820. 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 518210 and the Small Business Standard is $25 Million. This is a sole source action with Information Handling Services (IHS) of Englewood, CO. IHS is the current provider of an Internet access subscription to 100% of the documents listed in the attached scope of work through an Internet-based index and search engine that provides bibliographic information on selected U.S. and international commercial standards and selected European standards. The NAVAL FACILITIES ENGINEERING COMMAND requests responses from qualified sources capable of providing: CLIN 0001: Provide an electronically accessible Internet commercial standards subscription for 73 locations in accordance with the attached scope of work. Period of performance is 30 September 2010 through and including 29 September 2011. Responsibility and Inspection: unless otherwise specified in the order, the vendor is responsible for the performance of all inspection requirements and quality control (see attached scope of work for Common Output Level Standards). The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration; 52.213-2 Invoices 52.232-16 Availability of Funds 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 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: 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government 52.219-8 Utilization of Small Business Concerns 52.219-9 Small Business Subcontracting Plan 52.219-16 Liquidated Damages ”Subcontracting Plan 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 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 Eta, and Other Eligible Veterans 52.222-54 Employment Eligibility Verification 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.239-1 Privacy or Security Safeguards The following DFARS provisions and clauses are applicable to this procurement: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 52.203 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.205-7000 Provisions of Information to Cooperative Agreement Holders 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) 252.226.7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business 252.243-7002 Requests for Equitable Adjustment 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments Concerns. The following NFAS clause applies to this solicitation and is incorporated by reference: 5252.212-9300 Commercial Warranty CONTRACTOR RESPONSIBILITY: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible vendors. 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 vendors are requested to submit, as part of the original quote, 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 The Contracting officer reserves the right to request additional information if needed. EVALUATION OF QUOTATIONS The vendor ™s proposed price will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Prior to award, the government may request additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. This announcement will close at 3:00 P.M. on Tuesday, 7 September 2010. Contact Lisa Sumpter who can be reached at 757-322-4083 or email lisa.sumpter@navy.mil. Oral communications are not acceptable in response to this notice. 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 quote shall include: (1) a price for CLIN 0001 and supporting information with a price breakdown by product access and services; total costs of USACE, NAVFAC, Marine Corps and AFCESA/AFCEE access to subscription items No. 1, 2, 3, and 4 (including training tutorial) listed in attached scope of work complete (no substitutions or deletions) (2) a point of contact, name and phone number, business size, and payment terms; (3) a completed copy of 52.212-3 and its alternate; (4) a completed copy 52.209-5; and (4) company ™s financial statement which includes balance sheet and income statement and point of contact for their bank or financial institution with which you transact business. Interested vendors may send the quotation to the Navy in any of the following ways: (a)By email to lisa.sumpter@navy.mil (b)By commercial courier (i.e., FEDEX or UPS) to the following address: Command, Naval Facilities Engineering Command, Atlantic Attn: Lisa Sumpter, Code ACQ22 6506 Hampton Boulevard Norfolk, VA 23508
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247010Q2040/listing.html)
 
Record
SN02262108-W 20100902/100831235810-b0b25d3ba7d6c2faff3757dd246a4683 (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.