Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2004 FBO #1026
MODIFICATION

U -- Test Vouchers

Notice Date
9/15/2004
 
Notice Type
Modification
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-04-T0245
 
Response Due
9/22/2004
 
Archive Date
3/15/2005
 
Point of Contact
Tisa Clark, Contract Specialist, Phone 904 542-1248, Fax 904 542-1098,
 
E-Mail Address
Tisa.Clark@navy.mil
 
Description
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 N68836-04-T-0245 applies and is issued as a Request for Quotation. Only one responsible source and no other supplies or services will satisfy agency requirements. A justification for other than full and open competition has been prepared in support of this requirement. This announcement constitutes the request for the required material under RFQ N68836-04-T-0245. The North American Industry Classification System (NAICS) Code is 611710 and the Small Business Size Standard is 6.0 million. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. Numbered Note 22 applies. CLIN 0001 is for 2140 Microsoft Certification Test Vouchers, in the area of Information Technology, which are to be purchased and delivered for the Defense Activity for Non-Traditional Education Support (DANTES) via computer access. Computer access delivery is 30 days after award of contract or sooner. Each Test Voucher must provide eligible military candidates access to Microsoft Examination computer system at the national and overseas test provider location authorized by contractor. Examinations shall be offered at Prometric or VUE test centers to military candidates during regularly scheduled test center operating hours. Military members shall be allowed to determine which testing location is suitable for them and schedule appointment for their examination. Test scores/results shall be displayed and provided to examinees at the conclusion of each exam. The contractor shall provide examinees, upon successful completion of exam, with Microsoft certification. In addition, a monthly report which tracks vouchers, candidate names, social security numbers, testing locations and pass/fail rates, will be provided to DANTES along with comparative information on national test-takers for similar examinations at no additional cost. Contractor shall maintain a score report record storage and retrieval system for all examinations administered. Vouchers shall expire two-years from issuance date. Contractor shall assign an issuance date when computer access is authorized to each candidate. DANTES will provide contractor a list of test center identification numbers and names of Test Control Officers (TCOs), who authorize eligible candidates testing approval, in order to verify TCOs signature. Test Computers are required to be Year 2000 compliant. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000), 52.204-7 Central Contractor Registration (Oct 2003), 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.225-1 Buy American Act-Supplies (JUN 2003), 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2004), 52.233-3 Protest After Award (AUG 1996), 52.239-1 Privacy or Security Safeguards (AUG 1996), 52.243-1 Changes-Fixed Price (AUG 1987), 52.246-2 Inspection of Supplies-Fixed Price (AUG 1996. The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.212-2 Evaluation-Commercial items (JAN 1999), 52.215-5 Facsimile Proposals (OCT 1997), 52.212-3 Offeror Representations and Certifications-Commercial Items (JUL 2002), DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate (SEP 1999), DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2002). Within 52.212-5, the following clauses apply: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995), 52.222-3, Convict Labor (JUN 2003)(E.O.11755), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C.4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (38 U.S.C 4212), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 52.203-3 Gratuities (APR 1984), 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998), 252.225-7012 Preference for Certain Domestic Commodities (FEB 2003), 252.243-7002 Certification of Requests for Equitable Adjustment (MAR 1998). The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995) with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: 1) PRICE 2) PAST PERFORMANCE. Past Performance is approximately equal to price. The Government will verify past performance information by means of a past performance survey. It is also available for download from the Federal Business Opportunities web page. This survey should be sent to the Contracting Offices of each of the contracts you are using for your past performance information. Please ask them to have someone familiar with the contract (i.e. COR, Contract Administrator) complete the survey and submit it to FISC Jacksonville directly. Evaluation of past performance is separate and distinct from the Contracting Officer’s responsibility determination. The assessment of the offeror’s past performance will be used as a means of evaluating the relative capability of the offeror to successfully meet the requirements of the RFQ and as a measure of performance risk for this contract award. Quotations must be received no later than 2:00 P.M., 15 Sep 04. Quotations must be in writing and may be faxed or mailed to the following. Attn: Tisa Clark, Fleet and Industrial Supply Center Jax, Bldg 110 - 3rd Floor, Naval Air Station Jacksonville FL 32212. Fax 904-542-1098 Telephone 904-542-1248, EMAIL: tisa.clark@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-SEP-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N688361/N68836-04-T0245/listing.html)
 
Place of Performance
Address: Various National and Overseas Testing Centers/DANTES Pensacola, Florida
Zip Code: 32509-5243
Country: USA
 
Record
SN00674618-F 20040917/040915213638 (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.