Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 14,1996 PSA#1721

FISC 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