Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2004 FBO #0858
SOLICITATION NOTICE

70 -- Combined Synopsis/Solicitation for Universal Protocal Translator

Notice Date
3/31/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
N00039-04-Q-0012
 
Response Due
4/20/2004
 
Archive Date
5/20/2004
 
Point of Contact
Point of Contact - Heidi L Radaford, Contract Specialist, 619-524-7386; MARCIA C RUTLEDGE, Contracting Officer, 619-524-7201
 
E-Mail Address
Email your questions to Contract Specialist
(heidi.radaford@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation prepared in accordance with FAR Part 12.603 and is issued as a Request for Quotation (RFQ). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government intends to award on a full and open competition basis. This effort is for develop, test, install, train, and maintain the Universal Protocol Translator in accordance with the attached Statement of Work and Specifications. This contract will be Firm Fixed Price with delivery of the hardware and software within 10 months from award of contract and four 12-month options for maintenance. Below is the CLIN structure: Base CLIN Description Quantity Price 0001 Develop, test, and install UPT 1 $ Option 0002 Develop, test, and install UPT 3 $ 0003 Training 1 Lot $ Option 1 0004 Full Maintenance 1 Lot $ 0005 Limited Maintenance 1 Lot $ Option 2 0006 Full Maintenance 1 Lot $ 0007 Limited Maintenance 1 Lot $ Option 3 0008 Full Maintenance 1 Lot $ 0009 Limited Maintenance 1 Lot $ Option 4 0010 Full Maintenance 1 Lot $ 0011 Limited Maintenance 1 Lot $ Delivery: FOB Destination ? The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the best value for the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; and (iii) past performance (see FAR 15.304). While price is a significant factor, award will be made based on technically acceptable, responsive, responsible quotes, and past performance. Technical capability and past performance are of equal importance. This synopsis incorporates provisions and clauses at FAR 52.203-3 Gratuities, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate 1; FAR 52-204-2 Security Requirements, FAR 52.204-3 Taxpayer Identification; FAR 52.208-9 Contractor use of mandatory Sources of Supply; FAR 52.211-5 Material Requirements; FAR 52.212-1, Instruction to Offerors ? Commercial Items, FAR 52.212-2 Evaluation ? Commercial Items, FAR 52.212-4 Terms and Conditions ? Commercial Items, FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, FAR 52.219-9 Small Business Subcontracting Plan, Alternate II, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1 Buy American Act ? Supplies, FAR 52.225-13 Restrictions in Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protests After Award, FAR 52.239-1 Privacy or Security Safeguards; DFARS 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; DFARS 252.205-7000 Provisions of Information to Cooperative Agreement, DFARS 252.211-7003, Item Identification and Valuation DFARS, DFARS 252.219-7003 Small, Small Disadvantaged and Women-owned Small Business Subcontracting Plan, 252.225-7001 Buy American Act and Balance of Payments Program, and DFARS 252.225-7021 Trade Agreements, DFARS 252.226-7001 Utilization of Indian Organizations, Indian Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, DFARS 252.227-7015 Technical Data-Commercial Items, DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.243-7002 Requests for Equitable Adjustment, DFARS 252.247-7023 Transportation of Supplies by Sea, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. It is the offeror?s responsibility to be familiar with all applicable clauses and provisions. The full text of the Federal Acquisition Regulation (FAR) may be accessed at: http://farsite.hill.af.mil/. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20 (23 February 2004). All responding vendors must be registered in the Central Contractor Registration (CCR) program, which is required for resulting award. Information to register with CCR can be found at http://www.ccr.gov/. All interested parties are requested to provide written response to this synopsis/solicitation via email to Heidi Radaford, heidi.radaford@navy.mil or electronic submission no later than, April 20, 2004 12:00 pm PST. The RFQ?s shall include the following: (1) Name and address of offeror (2) Name, telephone and email address of point of contact (3) Type of Business (i.e., small business, GSA (if GSA, provide number), etc.) (4) DUNS number and CAGE code (5) Technical Proposal (6) Cost Proposal (7) Complete copy of provision at FAR 52.212-3 (8) Past Performance Please see attachments for Statement of Work, Specifications, DD254 and CDRLs.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=NAVbusopor.nsf&whichdoc=57254E238D5AB96E88256E680061FE97&editflag=0)
 
Record
SN00557720-W 20040402/040331212546 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.