Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 15,1998 PSA#2137

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

U -- SHIPBOARD GAGE CALIBRATION PROGRAM (SGCP) INSTRUCTION SOL N00244-98-Q-0341 DUE 072798 POC Point of Contact is Gwen Young, Contracting Officer at 619-532-2890; FAX 619-532-2347 WEB: Click here to learn more about FISC San Diego and additional, http://www.sd.fisc.navy.mil. E-MAIL: Click here to submit your quote electronically or, gwen_young@fmso.navy.mil. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://ccr.edi.disa.mil for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (you must be classified as a small business to quote on this requirement); all eligible, responsible sources may submit an offer. This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR 13 and the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number/RFQ N00244-98-Q-0341 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04 and Defense Acquisition Circular 91-13. The standard industrial code is 8299 and the business size standard is $5.0 million. The agency need is for technical services for Shipboard Gage Calibration Program (SGCP) instruction for shipboard and shore facilities. Period of Performance is 1 August 1998 through 30 September 1998, with the option to extend services through 30 September 1999. Base period (8/1/98 -- 9/30/98) is for 336 hours of Metrology Engineering Support to include training for Ships Forces to ensure proper operation and care of calibration standards. Place of Performance: On-site at the following locations -- 1) Ballast Point San Diego, CA; 2) 32nd Street Naval Station, San Diego, CA; 3) Bremerton, WA; 4) Everett, WA; 5) Camp Pendleton, CA; 6) Pascagoula, MS; and 7) Ketchikan, AK. The contractor's representative is required to be a qualified Navy Instructor familiar with all aspects of shipboard gage calibration equipment, and the shipboard gage calibration program. The contractor will conduct organizational level Shipboard Gage Calibration Program training on-site and onboard ship as schedules by the Contracting Officer's Technical Representative (COTR)/Navy Technical Representative (NTR). Each training course will be one (1) week in duration, and will be conducted onboard Pacific Fleet ships. This training will include the proper use of the following calibration standards: a) King Nutronics 3666-10K Automatic Pressure Calibrator; b) King Nutronics 3461 Portable Calibration System; c) King Nutronics 3654 Portable Calibration System; d) Datametrics 1127-2 Low Pressure Calibrator; e) King Nutronics 3604 High Temperature Calibrator; f) King Nutronics 3605 Low Temperature Calibrator; g) AKO TSD650PB Torque Calibrator; and h) Consolidated Devices Torque Calibration System. In addition, the contractor shall provide engineering support, technical review, and documentationservices of the SGCP. Contractor shall be responsible for all travel to/from training locations. This requirement is for a fixed priced contract for one (1) line item as follows. Line Item 0001: Technical services for onsite SGCP instruction as outlined above. Quantity one (1) lot (336 hours). Parties responding must advise hourly rate. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.217-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract, with Para (c) completed as follows: The total duration of this contract, including the exercise of any options under this clause, shall not exceed one (1) year, two (2) months. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISION WITH THEIR QUOTES: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items. 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: The following factors shall be used to evaluate offers: (i) technical capability of the Contractor to provide these services; (ii) price; (iii) past performance. Technical and Past performance, when combined, are moderately more important than price. Note: The full text of the Federal Acquisition Regulations (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.arnet.gov. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery/availability of product/s, the company's CAGE Code, Dun & Bradstreet number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time, 7/27/98, and will be accepted via fax (619-532-2347) or via e-mail (gwen_young@fmso.navy.mil) ONLY. Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. DO NOT mail. See Numbered Note(s) 1, 13. Posted 07/13/98 (W-SN222272). (0194)

Loren Data Corp. http://www.ld.com (SYN# 0111 19980715\U-0001.SOL)


U - Education and Training Services Index Page