|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24,1999 PSA#2482Department of the Navy, NAWCAD Contracts Competency Division, Villa
Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010 D -- HELP DESK PLANNING, COORDINATION & IMPLEMENTATION OF REMEDY
SOFTWARE SUITE SOL N00421-00-Q-0079 DUE 120799 POC Agnes Birch
301-862-8884 WEB: click here to download copy of statement of work and,
http://www.navair.navy.mil/business/ecommerce/index.cfm. E-MAIL: Click
here to contact the Contract Specialist, BirchAE@navair.navy.mil. This
is a combined synopsis/solicitation for commercial items prepared in
accordance with the format in the Federal Acquisition Regulation (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. The government intends to initiate a competitive procurement of
Help Desk Planning, Coordination, and Implementation of Remedy Software
Suite. The contract line item numbers and descriptions are: CLIN 0001
Technical support services to plan, coordinate, and construct a help
desk in accordance with the Statement of Work. CLIN 0002 Data to
support CLIN 0001 in accordance with the Statement of Work. Offerors
shall provide back-up information verifying the price offered and a
list of three references for similar work performed in the last year.
NOTE: Documents related to this synopsis/solicitation will be available
electronically via the internet at the following URL:
http://www.navair.navy.mil/business/ecommerce/index.cfm. Solicitation
number N00421-00-Q-0079 is issued as a Request For Quote (RFQ). The
incorporated document and provisions and clauses are those in effect
through Federal Acquisition Circular 97-11 and Defense Acquisition
Circular 91-13. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL
ITEMS (AUG 1998) is incorporated by reference and applies to this
acquisition. FAR 52.212-2 Evaluation -- Commercial Items. The
Government will award a contract resulting from this solicitation to
the responsible offeror whose offer conforming to the solicitation will
be most advantageous to the Government, price and other factors
considered. The following factors shall be used to evaluate offers:1)
Technical capability of the item offered to meet the Government
requirement; 2) Price; 3) Past Performance. Technical capability and
Past Performance when combined are equally important to price.
Technical capability will be evaluated against compliance with the
Statement of Work, specifications and drawings. Offerors should provide
company past performance information on contracts/orders with the
Federal Government that are similar on terms of cost and service,
performed over the past two years. (b) Options. 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 option(s). (c) 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. Offeror shall include a completed copy of the provision
at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I --
COMMERCIAL (JUN 1999) with proposals. FAR 52.212-4 CONTRACT TERMS AND
CONDITIONS -- COMMERCIAL ITEMS (APR 1998) is incorporated by reference
and applies to this acquisition The following addendum is added: YEAR
2000 COMPLIANCE (OCT 1998) (a) The Contractor shall ensure that all
information technology, which will be required to perform date/time
processing involving dates subsequent to December 31, 1999, shall: (1)
be Year 2000 compliant or (2) if the Contracting Officer approves in
writing, the identified information technology will be upgraded to be
Year 2000 compliant prior to the earlier of: (I) the earliest date on
which the information technology may be required to perform date/time
processing involving dates later than December 31, 1999 or (ii)
December 31, 1999; and (3) Describe existing information that will be
used with the information technology to be acquired and identify
whether the existing information is Year 2000 compliant. (b) "Year 2000
compliant" means, with respect to information technology, that the
information technology accurately processes date/time data (including
but not limited to, calculating, comparing and sequencing) from, into,
and between the twentieth and twenty-first centuries, and the years
1999 and 2000 and lap year calculations, used in combination with the
information technology being acquired, properly exchanges date/time
data with it. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO
IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS ([JAN
1999]*[OCT 1998]), FAR 52.203-6 Restriction on Subcontractor Sales to
the Government, FAR 52.219-8 Utilization of Small Business Concerns
(Jan 1999), FAR 52.219-23 Notice of Price Evaluation Adjustment for
Small Disadvantaged Business Concerns (Oct 1998), FAR 52.222-35
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era (Apr 1998), FAR 52.222-36 Affirmative Action for Workers with
Disabilities (Jun 1998), 52.222-37 Employment Reports on Disabled
Veterans and Veterans of the Vietnam Era (Jan 1990), FAR 52.232-33
Payment by Electronics Funds Transfer Central Contractor Registration
(May 1999) applies to this acquisition. (a) The Contractor agrees to
comply with the following FAR clauses, which are incorporated in this
solicitation by reference, to implement provisions of law or Executive
orders applicable to acquisitions of commercial items: (1) 52.222-3,
Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31
U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses
in this paragraph (b) which the contracting officer has indicated as
being incorporated in this solicitation by reference to implement
provisions of law or executive orders applicable to acquisitions of
commercial items or components: 1)52.222-26, Equal Opportunity (E.O.
11246), 2) 52.222-35, Affirmative Action for Special Disabled Veterans
and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212), 3)
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era Veterans (38 U.S.C. 4212), and 4) 52.247-64,
Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C.
1241). (e) Notwithstanding the requirements of the clauses in
paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not
required to include any FAR clause, other than those listed below (and
as may be required by an addenda to this paragraph to establish the
reasonableness of prices under Part 15), in a subcontract for
commercial items or commercial components -- (1) 52.222-26, Equal
Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3)
52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.
793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged
Commercial Vessels (46 U.S.C. 1241) (flow down not required for
subcontracts awarded beginning May 1, 1996). **End of clause** DFARS
252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT
STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF
COMMERCIAL ITEMS (OCT 1998), DFAR 252.225-7001 Buy American Act and
Balance of Payments Program (Mar 1998), DFAR 252,225-7012 Preference
for certain domestic commodities (Sept 1997), DFAR 252.227-7015
Technical Data Commercial Items (Nov 1995), DFAR 252.227-7037
Validation of Restrictive Markings on Technical Data (Nov 1995), DFAR
252-243-7002 Requests for Equitable Adjustment (Mar 1998) are
incorporated by reference. The Contractor agrees to comply with the
following list of DFARS clauses which are included in this solicitation
by reference to implement provisions of law or Executive Orders
applicable to acquisitions of commercial items or components: 1)
Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). (c)
In addition to the clauses listed in paragraph (e) of 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items clause of this contract, the
Contractor shall include the terms of the following clause, if
applicable, in subcontracts for commercial items or commercial
components, awarded at any tier under this contract: 252.225-7014,
Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241
note). The provision at 252.204-7004 Required Central Contractor
Registration (MAR 1998) applies to this solicitation.. Offer is due to
Agnes Birch, Contract Specialist, Naval Air Warfare Center Aircraft
Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010
by 3:30 P.M. Eastern Standard Time, 01December 1999. Facsimile
proposals shall be accepted. For information contact Agnes Birch, Code
254133, Telephone (301)862-8884, FAX (301)862-8670 or via e-mail:
BirchAE@navair.navy.mil. Posted 11/22/99 (W-SN402635). (0326) Loren Data Corp. http://www.ld.com (SYN# 0019 19991124\D-0001.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|