Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2003 FBO #0497
SOLICITATION NOTICE

J -- Preventive and remedial maintenance for High Performance Data Archive Storage System

Notice Date
4/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-03-R-CR04
 
Response Due
5/14/2003
 
Archive Date
4/9/2004
 
Point of Contact
Alan Crupi, Contract Specialist, Phone 202-767-3595, Fax 202-767-0430, - F. Janilea Bays, Contracting Officer, Phone 202-767-2974, Fax 202-767-0430,
 
E-Mail Address
crupi@contracts.nrl.navy.mil, bays@contracts.nrl.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. The solicitation, N00173-03-R-CR04, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-12 and DFARS Change Notice 20030301. The associated NAICS code is 334119 and small business size standard is 1000 employees. NRL has a requirement for hardware and software preventive and remedial maintenance services for Government owned High Performance Data Archive storage system and associated equipment that is controlled and managed by Advanced Digital Information Corporation (ADIC) proprietary software packages. This requirement has a base period and three option years. The base period is estimated to be from July 1, 2003 through September 30, 2003. Each option thereafter is for one year beginning on October 1 through September 30. The options may be exercised by the Contracting Officer providing written notice any time prior to contract completion. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: TECHNICAL CAPABILITY A. Accomplishments 1. Experience: Number of years in maintenance and repair of Information Technology (IT) equipment; number of years in maintenance and repair of archival storage equipment; number of years maintaining the specific make(s) and model(s) of equipment listed. 2. Ability of the firm to meet the contract response time such as where will the primary and backup service representative(s) be located and what is the plan for the allocation of backup staff and material resources. 3. Capability of offeror to support its service personnel: a. Ability to furnish replacement parts for the equipment listed in Attachment (2), to meet contract time and quality requirements as demonstrated by the offeror's statements, backup documents regarding sources, availability, and accessibility. The method to obtain parts in a timely manner, locations of depots, average time estimate for parts delivery. b. Ability to provide technical and supervisory assistance to the field representative when needed as evidenced by the training and experience resume(s) of the assistance personnel. c. Ability of the firm to respond to an emergent situation such as what is the firm's plan for allocation of materials and resources should a down time situation become excessive. B. Quality Assurance Systems 1. Offeror must have control systems adequate to ensure satisfactory service performance under the contract. Special attention by the evaluation team shall be given to quality control methods employed by the offeror. PAST PERFORMANCE Past performance will be evaluated on the basis of the quality of the work performed or supplies delivered and timeliness of performance or delivery. The evaluation will be based on the information provided by the past performance reports. The evaluation will take into account past performance information regarding predecessor companies, subcontractors that will perform major or critical aspects of the requirement, or the proposed project manager or key personnel responsible for major or critical aspects of the requirement. Offerors that have no relevant performance history or for which past performance information is not available will not be evaluated favorably or unfavorably on past performance. The government may begin proposal evaluation prior to receipt of past performance information. If, after completion of proposal evaluation except evaluation of past performance, the contracting officer determines that evaluation of past performance will not affect the outcome of competitive selection, the Contracting Officer may waive its evaluation in accordance with FAR 15.304(c)(3)(iv). The offeror may utilize the Governments past performance report located at http://heron.nrl.navy.mil/contracts/pastperf.htm PRICE Proposed estimated price to the government. The Technical and Past Performance factors are of equal weight. When combined they are more important than price. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are available electronically at: http://heron.nrl.navy.mil/contracts/reps&certs.htm The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: 52.222-3, Convict Labor (E.O. 11755); 52.233-3, Protest after Award (31 U.S.C. 3553); 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999)(if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)); 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Pub L. 103-355, section 7102 and 10 U.S.C. 2323); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled veterans and Veterans of the Vietnam Era (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 Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-1, Buy American Act - Balance of Payments Program--Supplies (41 U.S.C. 10a - 10d); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332); and 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). The DFARs clauses at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable. The additional DFARs clauses cited in the clause are applicable: 252.205-7000; 252.219-7003; 252.225-7012; 252.227-7015; 252.227-7037; 252.232-7003; 252.243-7002; 252.247-7024. The following additional FAR clauses apply: 52.203-3, 52.204-2, and 52.215-5 Facsimile Proposals (OCT 1997) Paragraph (c) is completed as follows:(202) 767-0430 (primary) or (202) 767-0494 (alternate). The following additional DFAR clause applies: 252.204-7004. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and 2 copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact listed below. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm. The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/RFP/03cr04.htm.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/ONR/N00173/N00173-03-R-CR04/listing.html)
 
Place of Performance
Address: NRL
 
Record
SN00300336-F 20030411/030409222559 (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.