Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2012 FBO #3872
SOLICITATION NOTICE

T -- CEIC (ASIA) SUBSCRIPTION RENEWALS, HEADQUARTERS, U.S. PACIFIC COMMAND, CAMP H.M. SMITH, OAHU, HAWAII

Notice Date
6/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519190 — All Other Information Services
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060412TCEIC
 
Response Due
7/6/2012
 
Archive Date
7/21/2012
 
Point of Contact
Patricia Murakami 8084779049
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items and/or services prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR 13.3, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ reference number is N00604-12-T-CEIC. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Change Notice 20120615. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 519190 and the Small Business Standard is $7M. This is a competitive, unrestricted action. Commander, United States Pacific Command requires subscription renewals for their existing CEIC (Asia) Database Access. The Naval Supply Fleet Logistics Center, Pearl Harbor requests quotations from qualified sources capable of providing the following CLINs: 0001 CEIC (Asia) Database Access Subscription Renewal (Base year); 1001 CEIC (Asia) Database Access Subscription Renewal (Option year 1); 2001 CEIC (Asia) Database Access Subscription Renewal (Option year 2); 3001 CEIC (Asia) Database Access Subscription Renewal (Option year 3) and 4001 CEIC (Asia) Database Access Subscription Renewal (Option year 4). Period of performance is August 1, 2012 to July 31, 2013. Renewals must be for CEIC (Asia) Access; no substitute databases shall be accepted. Responsibility and Inspection: Unless otherwise specified in the order, the provider is responsible for the performance of all inspection requirements and quality control. The following FAR and DFARS provision and clauses are applicable to this procurement: 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.252-2, Clauses Incorporated by Reference; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including (see attached RFQ); DFARS 252.232-7010, Levies on Contract Payments; SUP 5252.232-9402, Invoicing and Payment (WAWF) Instructions, SUP 5252.243-9400, Authorized Changes Only By the Contracting Officer. Offerors shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated either by reference or by full text, as applicable, in the order. This announcement will close at 12:00 Noon (Hawaii Standard Time) on July 6, 2012. Contact Patricia Murakami, who can be reached at email patricia.murakami@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Invoices and payments shall be processed through Wide Area Workflow (WAWF). All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Offerors must provide a quote for the base and all option years.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412TCEIC/listing.html)
 
Place of Performance
Address: BLDG. 700, ELROD ROAD, CAMP H.M. SMITH, HI
Zip Code: 96861
 
Record
SN02790426-W 20120701/120629234802-182cd86a428786f087c5e2d30856be25 (fbodaily.com)
 
Source
FedBizOpps 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.