|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 14,1996 PSA#1721FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B.,
Philadelphia, PA 19111-5084 76 -- NON-GOVERNMENT STANDARDS AND PUBLICATIONS SOL N00140-97-R-0326
DUE 112595 POC Phil Evans, Contract Negotiator, (215)697-9673. This
procurement is a sole source requirement. 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, proposal are being requested and a written
solicitation will not be issued. Solicitation number N00140-97-R-0326
applies and is issued as a Request For Proposal. Fleet and Industrial
Supply Center Norfolk Det. Philadelphia is soliciting on a sole source
basis to American National Standards Institute. FISC Norfolk Det.
Philadelphia, intends to award an Indefinite Delivery/ Requirements
type contract for one base year and two twelve-month option periods to
American National Standards Institute- 11 West 42nd Street, New York,
NY 10036. The non-government standards and publications to be awarded
are as follows: Lot I Base Year 12 months - Supply standardized,
non-government standards published by the American National Standards
Institute (ANSI). All items to be delivered F.O.B destination as
specified in individual delivery orders. Orders shall be issued under
an Indefinite Delivery, Requirement type contract. Prices of standards
ordered shall be in accordance with the recent annual Catalog of
American National Standards: 1 to 999 copies. All Shipping and handling
charges shall be included in the price structure. If more than 999
copies of a single standard are required, the price will be negotiated
and the contract modified to incorporate the pricing agreed to,
pending a price analysis. THE NOT TO EXCEED VALUE OF THE BASE YEAR IS
$83,333.00. Option Year 1- 12 Month Ordering Period Commencing One Year
From Date of Contract Award, items are identical to Base Year line
items. Option Year 2- 12 Month Ordering Period Commencing Two Years
From Date of Contract Award, items are identical to the Base Year line
items. The contract is projected to commence December 1, 1996 with two
(2) 12 month options. Delivery is required FOB Destination. The
articles to be furnished hereunder shall be delivered to: Director,
Defense Automated Printing Service, Building 4, Section D, 700 Robbins
Avenue, Philadelphia, PA 19111-5094. No deliveries after 4:00PM. This
synopsis/solicitation and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 90-37. The
applicable Standard Industrial Classification number 2731. The
following FAR provision and clauses apply to this solicitation and are
incorporated by reference: FAR 52-212-1 Instructions to Offerors -
Commercial Items, 52-212-2 Evaluation - Commercial Items, 52-212-3
Offeror Representations and Certifications- Commercial Items, 52-212-4
Contract Terms and Conditions - Commercial Items, FAR 52-212-5
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders - Commercial Items, 52.223-13 Certification of Toxic
Chemical Release Reporting. As addendum to 52.212-5 paragraph (b), the
following clauses are incorporated by reference: 52.203-6 Restrictions
on Subcontracting Sales to the Government, 52.219-8 Utilization of
Samll Business Concerns and Small Disadvantaged Business Concerns,
52.222-26 Equal Opportunity, 52.22-35 Affirmative Action for Special
Disabled and Vietnam Era Veterans. 52.223-13 Certification of Toxic
Chemical Release Reporting The following DFAR provisions and clauses
apply to this solicitation and are incorporated by reference: DFAR
252.212-7000 Offeror Representation and Certification - Commercial
Items, DFAR 252.212-7001 Contracting Terms and Conditions Required to
Implement Status Applications to Defense Acquisitions of Commercial
Items and DFAR 252.209-7003 Disclosure of Commercial Transactions with
The Government of a Terrorist Country. Award will be negotiated with
American National Standard Institute under authority FAR 6.302-1. This
firm is considered to be the only manufacturer that can provide the
above equipment. Proposals in response to the solicitation must be
submitted in accordance with the instructions setin FAR 52.212-1
paragraph (b). As a minimum, proposals shall include a price proposal
on company letterhead or the SF 1449 for the requested line items
showing unit price and extended price. If the SF1449 is not used,
proposals must include a statement specifying the extent of agreement
with all terms, conditions and provisions of solicitation. Proposals
must also include technical information, remittance address, completed
copies of FAR 52.212-3 and DFAR 252.212-7000 and any warranty, price
or discount terms. Responses to this solicitation are due no later than
4:00 pm EST, 25 November 1996. THIS NOTICE OF INTENT IS NOT A REQUEST
FOR COMPETITIVE PROPOSALS. However, all proposals received within 15
days after the date of publication of this synopsis will be considered
by the Government. A determination by the Government not to open the
requirement to competition based upon responses to this notice is
solely within the discretion of the Government. Information received as
a result of the notice of intent will normally be considered solely for
the purpose of determining whether to conduct a competitive
procurement. The Government WILL NOT PAY for information received. All
responsible sources may submit a proposal which shall be considered by
FISC Norfolk Detachment Philadelphia. All offers shall be mailed to
FISC Norfolk Det. Philadelphia, 700 Robbins Ave. Bldg. 2B,
Philadelphia, PA 19111-5083, Attn: Bid Room Code 0343C, and should
reference N00140-97-R-0326. Solicitation Point of Contact is Mr.
Phillip Evans, Code 02P31E, (215) 697-9673. SYN 035. (0317) Loren Data Corp. http://www.ld.com (SYN# 0228 19961113\76-0001.SOL)
76 - Books, Maps and Other Publications Index Page
|
|