Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1998 PSA#2155

Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549

76 -- SUBSCRIPTION TO CD-ROM PUBLICATIONS SOL N00604-98-R-0021 DUE 082198 POC Iris Niizawa, (808) 474-2397, Ext. 226, Contract Specialist, Edward W. Hodges, Contracting Officer This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number N00604-98-R-0021 applies and is issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through FAC 97-5 and DAC 91-13. This solicitation is unrestricted. The standard industrial code is 7375 and the business size standard is $18 million. This requirement is for a firm-fixed-priced contract for subscription to CD-ROM publications for a base period of one year beginning 1 Oct 1998 with two one-year option periods (1 Oct 1999 -- 30 Sep 2000 and 1 Oct 2000 -- 30 Sep 2001). A list of the required publications, required number of concurrent user licenses and descriptions follow: LOT I: Item 0001-DOD Standards (incl 07A MIL Stds), 45 users. The world's most comprehensive collection of U.S. Mil & Fed specifications & related documents, incl complete documentation for the following databases: Mil & Fed Specs & Stds; Joint/Army-Navy Specs & Stds; Mil. & Fed. Qualified Products Lists; Mil Handbooks & Bulletins; MS Drawings; AND, ANA, AN Drawings; USAF & NAF Stds; DESC/SMD Drawings; Data Item Descriptions; Commercial Item Descriptions; Fed. Information Processing Stds. Item 0002-DOD Standards Historic (incl 07A MIL Stds Historic), 20 users. A collection of superseded & cancelled U.S. Mil specs & related documents, incl the following: Mil & Fed Specs & Stds; Joint/Army-Navy Specs & Stds; Mil & Fed Qualified Products Lists; Mil Handbooks; MS Drawings; AND, ANA, AN Drawings; USAF & NAF Stds; DESC Drawings; Data Item Descriptions; Commercial Item Descriptions; Federal Information Processing Stds. Item 0003-Hot Specs 7-Day Update (DOD StandardizationServices), 2 users. 7-day updating for each of the following types of unclassified U.S. documents: Mil & Fed Specifications & Standards; Mil & Fed Qualified Products Lists; Qualified Manufacturers Lists; Mil Handbooks & Bulletins; MS Drawings; AND, ANA, AN Drawings; USAF & NAF Stds; DESC/SMD Drawings; Data Item Descriptions; Fed Information Processing Stds. Item 0004-Naval Instructions & Directives Service, 5 users. All unclassified documents relating to policy & procedure statements covering a broad range of subjects & disciplines within the U.S. DoN for the following: OPNAV; SECNAV; BUMED/NAVMED; BUPERS/NMPC/NCPC/OCPM; NAVAIR; SPAWAR; NAVFAC; NAVSEA/NAVORD/NAVSHIPS; NAVSUP; NAVCOMTELCOM; JAG; NAVCOMPT; NAVDAC; CNET; DPS; NAVRESFOR; ONR. LOT II: Item 0005-Haystack (must incl APL), 26 users. Includes the following databases: Federal Supply Catalog: Federal Logistics Information System/Master Cross Reference Lists 1, 2, & 3; Management List-Consolidated; H6/Federal Item Name Directory; H2/Fed Supply Classifications; Major Organizational Entity Rules; DoD Interchangeable & Substitutable; H4/H8 Cage (Commercial & Government Entity). Incl the following supplemental databases: Procurement History, containing data from the Army, Navy, Marine Corps, Air Force, & Defense Logistics Agency-providing both govt & industry easy access to the history of this competitive marketplace; DoD Activity Address File; Army Master Data File; SB700-20 (Reportable Items Selected for Authorization); D043/D043X (Air Force Interchangeability & Substitutability Grouping List); Allowance Parts List; MAPL (Section B); Allowance Equipage List; Trident APL & AEL; Master Index of Allowable Parts List; P2300/10/30; Navy List of Items Requiring Special Handling; Navy Item Control No/Nat'l Item ID No; Navy Master Repairable Item List; Navy Item Control Point/Cross Reference File; P2002. LOT III: Item 0006-National Fire Protection Association, 2 users. Complete set of current NFPA stds, inclapplicable handbooks, guides, committee reports & practices. Indexes/directories shall provide alphabetical, numerical, subject matter, locator code & keyword access. Must incl Nat'l Electrical Code, NFPA 70. Item 0007-Code of Federal Regulations, 2 users. Complete set of current CFR stds, incl applicable handbooks, guides, practices & reports. Indexes/directories shall provide alphabetical, numerical, subject matter, locator code & keyword access. Award will be made by lots. CD-ROMs must allow viewing of the full text of the information on a personal computer. It shall allow users to locate documents by using selected key words or phrases & go directly to the page containing a needed paragraph. Network connectivity shall be compatible with the Sony CD-ROM CDL2200 JukeBox, Windows NT 4.x, SmartCD V2.5 & the Logicraft CD-ROM (25 and 27 readers), MS-DOS 6.22, CDLan V3.2, and shall be enabled for web browser client software, Microsoft Internet Explorer V3.xx (including any upgrades) & Microsoft Internet Explorer V4.xx (including any upgrades). The Government may add/delete items from the resulting contract. Initial delivery is to be made FOB Destination to Pearl Harbor NSY & IMF, Attn: Code 110, Val Rowe, 401 Avenue E, Suite 124, Pearl Harbor, HI 96860-5350 no later than 1 October 1998 or 15 days after contract award, whichever is later. Inspection and acceptance shall be made at destination by Pearl Harbor NSY & IMF. CD-ROM updates are to be delivered to destination within 15 days of revisions to publications. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies. NOTE: Offeror's attention is specifically drawn to paragraph (b) (11) of this clause which states a statement complying with this paragraph must be included in the offer; paragraph (c), Period of Acceptance of Offers, is revised to reflect an acceptance period of 60 calendar days from the date specified for receipt of offers. Evaluation-Commercial Items, FAR 52.212-2, is applicable. The contract resulting from this solicitation shall be awarded to that responsible offeror whose offer conforming to the solicitation is determined the best value to the Government in terms of technical acceptability, past performance, and price, which are of equal importance. The past performance evaluation factors of quality of service, timeliness of performance, cost control, business relations and management of personnel are of equal importance. Provide at least three (3) references and include only companies or agencies where you provided same or similar type products (state whether the product is "same" or "similar"). Offerors shall fax to (808) 471-5750 (Attn: Code 201B.IN), no later than 5:00 p.m. Hawaiian Standard Time on 14 August 1998, the following past performance information: (1) company or government office's name, address, phone and fax numbers; (2) the name of a point of contact able to verify offeror's performance history; (3) the contract number, description of the supply and quantity provided, contract amount, and date the contract was completed. At the time established for receipt of past perf. information and in addition to your required references, describe your company's past perf. on Government and/or commercial contracts which are "same or similar" in scope, magnitude and complexity to that required by this solicitation. The information shall be for at least three (3) contracts currently in process or completed within the past five (5) years. The information must be clear as to whether the service provided was done as a prime contractor or a subcontractor. Offerors who present past or present contracts which are "similar" to the requirements of this solicitation, shall provide a detailed explanation demonstrating the similarity of these contracts to the requirements of this solicitation. The offeror shall provide the information requested above for past perf. evaluation or affirmatively state that it possesses no relevant "same or similar" past perf. The Government reserves the right to challenge these detailed explanations. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation/award purposes. Offerors are required to complete and include acopy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Addendum to FAR 52.212-4: Paragraph (o) Warranty-Add: "Additionally, the Government will accept the contractor's commercial warranty". 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 52.203-6, Restrictions on Subcontractor Sales to the Gov't-Alternate I; FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 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 Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-9, Buy American Act Trade Agreements Act Balance of Payments Program. FAR 52.217-9, Option to Extend the Term of the Contract, applies with written notice to the contractor within 30 days of contract expiration and total duration of contract shall not exceed 36 months. FAR 52.246-2, Inspection of Supplies-Fixed Price, applies. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.219-7006, Notice of Evaluation Preference for Small Disadvantaged Business Concerns-Alternate I; DFARS 252.225-7007, Buy American Act-Trade Agreements-Balance of Payments Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.243-7002, Requests for Equitable Adjustment. Add the following provision: FAR 52.215-5, Facsimile Proposals. Proposals must be received no later than 5:00 p.m. Hawaiian Standard Time, 21 August 1998. Proposals should be mailed to: Regional Contracting Department, Fleet and Industrial Supply Center, Code 201B.IN, 1942 Gaffney Street Suite 100, Pearl Harbor, HI 96860-4549. Facsimile proposals will be accepted at (808) 471-5750 or (808) 474-8885. Contact Iris Niizawa at (808) 474-2397, Ext. 226 or fax (808) 471-5750 for information regarding the solicitation. See numbered Note 12. Posted 08/06/98 (W-SN233923). (0218)

Loren Data Corp. http://www.ld.com (SYN# 0405 19980810\76-0001.SOL)


76 - Books, Maps and Other Publications Index Page