|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 24,1999 PSA#2289Naval Surface Warfare Center, Code 1161, 300 Highway 361, Crane IN
47522-5001 D -- AUTOMATIC DATA PROCESSING AND TELECOMMUNICATION SERVICES SOL
N00164-99-Q-0073 DUE 030199 POC Bob Russell, Code 1161, telephone
812-854-1450, Rex Williams, Contracting Officer WEB: Crane home page,
http://www.crane.navy.mil. E-MAIL: click here for point of contact,
russell_r@crane.navy.mil. 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 Written Solicitation Will Not Be issued.
Solicitation number N00164-99-Q-0073 applies and is issued as a request
for quote (RFQ). 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 7378 and the business size standard is $18.0 Million or less.
This requirement is for a firm fixed price contract for as follows.
Premier support service, including technical support for 7 days per
week for 150 separate incidents over a 7 month period (March-September
1999), In Accordance With Microsoft's Premier Support Services
Agreement. Provides 5 government personnel Identification Numbers and
oneGeneric Identification number associated with a given telephone
number that allows access to a dedicated technical support team.
Support includes an assigned "TAM", technical subscription to universal
CD and one supportability review (Minimum of 30 hours). 1 Lot. Period
of Performance is 1March99 through 30September1999. F.O.B. Destination
with inspection and acceptance at CRANE, IN. Contractor is allowed to
invoice upon final inspection of services. The Government intends to
award to the responsible offeror whose quotation conforming to the
solicitation is the most advantageous to the government, price and
other factors considered. All responsible sources may submit an offer
which will be considered by the Agency. A fixed price purchase order
will be awarded based on Simplified Acquisition Procedures (SAP). In
SAP, this procurement is not reserved for Small Business concerns.
Award will be made based on all or none. The following provisions apply
to this acquisition: 52.212-1 Instructions to Offerors Commercial
Items: 52.212-4 Contract Terms & Conditions Commercial Items;52.212-5
Contract Terms & Conditions Required to Implement Statutes or Executive
Orders Commercial items; 52.222-3 Convict Labor; 52.227-14 Rights in
Data General, 52.227-15 Representation of Limited Rights Data and
Restricted Computer Software, 52.227-16 Additional Data Requirements.
52.227-17 Rights in Data- Special Works 52.233-3 Protest After Award;
52.203-6 Restrictions on Subcontractor Sales to the Government with
Alternate 1: 52.219-8 Utilization of Small Business Concerns and Small
disadvantaged Business Concerns; 52.219-14 Limitations on
Subcontracting; 52.222-35 Affirmative Action for special Disabled and
Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped
workers; 52.222-37 Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era; 52.225-9 Buy American Act Trade
Agreements Act Balance of Payments Program; 52.225-19 European Union
Sanctions for Services; 52.225-21 Buy American Act North American Free
Trade Agreement Implementation Act Balance of Payments Program, DFAR
252.227-7013 Rights in Technical Data, 252.227-7015 Technical Data
Commercial Items, 252.227-7018 Rights in Noncommercial Data and
Computer Software, 252.227-7022 Government Rights Unlimited,
252.227-7023 Drawings and other Data to Become Property of Government
252.227-7024 Notice and Approval of Restricted Designs, 252.227-7028
Technical Data or Computer Software Previously Delivered to the
Government, 252.227-7029 Reserved, 252.227-7030 Technical Data-
Withholding of Payment, 252.227-7031 Reserved, The contractor shall
extend to the Government the full coverage of commercial sale, provided
such warranty is available at no additional cost to the Government.
Offerors responding to this announcement must provide the information
contained in 52.212-1, Instruction to Offerors Commercial items and
must include a completed copy of provision 52.212-3, offeror
Representations and Certifications Commercial Items. The offeror should
also provide its Commercial and Government Entity (CAGE) code,
Contractor Establishment Code (DUNS number) and Tax Identification
Number. If a change occurs in this requirement, only those offerors
that respond to this announcement within the required time frame will
be provided any changes/amendments and considered for future
discussions and/or award. The above required information must be
received at this office on or before 1 MAR 1999 at 3:00 PM Eastern
Standard Time. Send to NAVSURFWARCENDIV Crane, Code 1161, Bldg 64, 300
Highway 361, Crane, IN 47522-5001. Point of contact email address is
russell_r@crane.navy.mil. Posted 02/22/99 (W-SN300605). (0053) Loren Data Corp. http://www.ld.com (SYN# 0031 19990224\D-0005.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|