Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2012 FBO #3947
SOLICITATION NOTICE

76 -- ANSI ISO Networking License

Notice Date
9/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511130 — Book Publishers
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0363
 
Response Due
9/19/2012
 
Archive Date
10/4/2012
 
Point of Contact
Michael Kutner 562-626-7074
 
E-Mail Address
Use this email to contact the Contract Specialist
(michael.kutner@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, 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 N00244-12-T-0363. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120906. It is the contractor ™s responsibility 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.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 511130 and the Small Business Standard is 500 employees. 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 13.106-1(b). 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 acquisition is for acquisition renewal of an existing ANSI ISO Networking License per the below license. The requirement is for ISO networking site license for the existing software. The Networking License is necessary for the legal use of the documentation in the Civil Engineer Corps Officers School (CECOS) Environmental Management System (EMS) courses. Networking site licenses for ISO 14001, ISO 14004 and ISO 19011 are required. (See attached Sole Source Justification.) CLIN QTY.DESCRIPTION 00011 LotANSI ISO Networking License The following FAR provisions and clauses are applicable to this procurement: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.211-6, 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; 52.219.28, Post Award Small Business Program Representation; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 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 Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) (August 2012); 52.246-2, Inspection of Supplies ”Fixed Price. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7005, Representations Relating to Compensation of Former DoD Officials; 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 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 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.223-7008 Prohibition of Hexavalent Chromium (MAY 2011) 252.246-7000, Material Inspection and Receiving Report. Quoters must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the internet. Registration is free and can be completed on-line at http://www.ccr.gov. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2, Evaluation Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation ™s minimum criteria for technical acceptability at the lowest price, past performance considered. Please also complete and return the attached śOFFEROR'S PAST PERFORMANCE DATA ť form. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Provide copies of applicable commercially published price lists pertaining to your company ™s products that meet the specifications, along with applicable government discounts. Quotes must be received no later than 1:00 Local Time, September 19, 2012. Fax proposal to 562-626-7877 or Email: michael.kutner@navy.mil. No questions or requests for clarification accepted after 3:00 PM PT on 9/14/12. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. 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. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024412T0363/listing.html)
 
Record
SN02879553-W 20120914/120913000949-ecb9463f209c5e68d39d319d9c2e1f5e (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.