Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24, 2001 PSA #2942
SOLICITATIONS

U -- MICROSOFT APPLICATION CLASSES

Notice Date
September 20, 2001
Contracting Office
Fleet and Industrial Supply Center, 937 N Harbor Dr, San Diego, CA
ZIP Code
00000
Solicitation Number
N00244-01-T-1277
Response Due
September 25, 2001
Point of Contact
NICOLE HUNGA 619-532-2574 FAX: 619-532-1088
E-Mail Address
click here to contact the contract specialist via (nmhunga@sd.fisc.navy.mil)
Description
This is a combined synopsis-/-solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. The solicitation number for this Request for Quotation is N00244-01-T-1277. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued on an unrestricted basis with a small business size standard of $5.0 million under NAICS code 611420. FISC San Diego has a requirement for the following: 72 One Day Microsoft application classes to be conducted in government spaces at Camp Pendleton, CA for government employees, utilizing government computers. Classes are to include the following applications: MS Outlook, MS Access, MS Excel, MS PowerPoint, MS Word, and MS Windows NT. Each class may have up to 12 students and includes a course manual for each student. The government has the option to customize each class and to specify the class level from introductory to advanced. Contractors are to provide a per class (per day) quote. Inspection and acceptance shall be at destination. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items and FAR 52.212-4 Contract Terms and Conditions Commercial Items, as well as the following addendum clauses; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment, FAR 52.232-18 Availability of Funds, and FAR 52.247-34 FOB Destination. Offerors are required complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commerci al Items and DFAR 252.212-7000 Offeror Representations and Certifications- Commercial Items. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): 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 Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, and FAR 52.232-36, Payment by Third Party. It is anticipated that payment will be made via government purchase card. The offer or represents that they are able to accept this form of payment by submission of an offer. DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://www.ccr2000.com for more information. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b), DFAR 252.225-7001 Buy American Act and Balance of Payment Program. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Governmen t considering price and price related factors. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish documentation, including two references, that demonstrate the Offeror s ability to meet all requirements stated above. ********** It is the responsibility of the interested parties to independently review the referenced web link frequently for updates to any and all documents. POTENTIAL OFFERORS WILL BE RESPONSIBLE FOR DOWNLOADING THEIR OWN COPY OF THE SOLICITATION AND AMENDMENTS (IF ANY). NO PAPER COPIES SHALL BE DISTRIBUTED. To download a copy of the solicitation, go to http://www.neco.navy.mil and click on business opportunities. Enter the solicitation number without the dashes (N0024401T1277) and click on the Search button. ********* Please submit all inquiries regarding this solicitation, IN WRITING, to the Contract Specialist, Nicole Hunga, via Fax at 619-532-1088 or via e-mail at nicole_m_hunga@sd.fisc.navy.mil All responsible offerors are to submit current pricing, payment terms, CAGE code, Dunn and Bradstreet number, tax identification number and all applicable specifications regarding this solicitation. Also required are copies of applicable published price lists that are available to commercial customers. *********QUOTES AND REPRESENTATIONS AND CERTIFICATIONS MUST BE RECEIVED NO LATER THAT 3:00 P.M. PST, 9/25/01, AND WILL BE ACCEPTED VIA FAX (619-532-1088 OR 619-532-2575) ATTN: NICOLE HUNGA.************ Clause information can be downloaded from the internet from the follo wing address: http://www.sd.fisc.navy.mil (click on business opportunities).
Web Link
click here to download a copy of the RFQ (http://www.neco.navy.mil)
Record
Loren Data Corp. 20010924/USOL003.HTM (D-263 SN50Y2F9)

U - Education and Training Services Index  |  Issue Index |
Created on September 21, 2001 by Loren Data Corp. -- info@ld.com