SOLICITATION NOTICE
D -- Desktop Internet-Based Commercial Industry Standards Subscription Services - Combined Synopsis/Solicitation and applicable attachments
- Notice Date
- 8/28/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code AQ, 6506 Hampton Blvd. Bldg A, Norfolk, Virginia, 23508-1278
- ZIP Code
- 23508-1278
- Solicitation Number
- N6247013Q3018
- Archive Date
- 10/1/2013
- Point of Contact
- Katya Oxley, Phone: 7573224735
- E-Mail Address
-
katya.oxley@navy.mil
(katya.oxley@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- User Survey Form Pricing Schedule Scope of Work Combined Synopsis/Solicitation 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, and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 12.203 and FAR 6.302-1. 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 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 N62470-13-Q-3018. This solicitation documents incorporates provisions and clauses in effect through FAC 2005-69 and DFARS Change Notice 20130808. 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 this address: farsite.hill.af.mil. The NAICS code is 518210 and the Small Business Size Standard is $30 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 ATLANTIC requests responses from qualified sources capable of the following: CLIN 0001: Provide an electronically accessible Internet commercial standards and subscription for 73 locations in accordance with the attached scope of work. CLIN 0002 (Option): Provide Unified Master Reference List (UMRL) and UFGS 01 42 00 Maintenance in accordance with the attached scope of work. Period of performance is 30 September 2013 through and including 29 September 2014. 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). CONTRACTOR RESPONSIBILITY: ADDENDA TO 52.212-4 (1) The following information concerning prospective contractor responsibility is incorporated into the solicitation: 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 last three years Financial Statements which include 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. SUBCONTRACTING PLAN: A commercial subcontracting plan is required for this procurement in accordance with 52.219-9. The vendor shall submit a current approved subcontracting plan with the quotation submission. If a current approved plan is not available at time of quotation submission, the vendor shall submit proof of submission of the plan to the approving agency, followed by a copy of the plan subsequent to approval. Failure to submit an approved commercial plan or proof of submission to the approving agency with the quotation submission may result in the vendor being ineligible for award. EVALUATION OF QUOTATIONS The vendor's proposed price will be evaluated on the basis of price reasonableness in accordance with FAR 12.209. 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 02:00 PM EDT on Friday, September 6, 2013. For questions, contact Katya Oxley at 757-322-4735 or email katya.oxley@navy.mil. Oral communications are not acceptable in response to this notice. System for Award Management (SAM). Quoters must be registered in SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.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, AFCEE and OSD access to subscription item 8 (including training tutorial) listed in attached scope of work (no substitutions or deletions); (2) a price for CLIN 0002 Option item (UMRL and UFGS 01 42 00 Maintenance) subscription item 9 listed in the attached scope of work; (3) a point of contact, name and phone number, business size, and payment terms; (4) a completed copy of 52.212-3 and its alternate; (5) a completed copy of 52.209-5; and (6) company's last three years financial statements which include 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 katya.oxley @navy.mil (b) By commercial courier (i.e., FEDEX or UPS) to the following address: Commander, Naval Facilities Engineering Command, Atlantic Attn: Katya Oxley, Code ACQ34 6506 Hampton Boulevard, Mailroom Norfolk, VA 23508 **PLEASE NOTE: NEW BASE ACCESS PROCEDURES ARE REQUIRED FOR HAND DELIVERY OF PROPOSALS. PLEASE CONTACT MS. OXLEY FOR DETAILS IF YOU INTEND TO DELIVER YOUR QUOTE IN PERSON.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247013Q3018/listing.html)
- Record
- SN03166300-W 20130830/130829000423-e00c2686fd2e7799e4c2d0cfd49dce80 (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 |