|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1998 PSA#2155Regional 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collection of superseded & cancelled U.S. Mil specs & related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
|
|