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