|
COMMERCE BUSINESS DAILY ISSUE OF JULY 17,1996 PSA#1638Department of State, Office of Acquisition (INF), P.O. Box 9115,
Rosslyn Station, Arlington, VA 22219-0244 70 -- PART 2 OF 2/DATA REPOSITORY SOFTWARE SOL S-OPRAQ-96-R-0613 DUE
072996 POC Contact: Bob Wissman/703-875-6059 or Julie
Odend'hal/703-875-6054 This is part two of a two part CBD notice. Part
one of two is listed separately within this section of the CBD. IV.
DELIVERY SCHEDULE REQUIREMENTS: The vendor shall: 1. Deliver all
software and documentation within 30 calendar days of contract award to
DoS, 1800 N. Kent Street, Room 101, Arlington, VA 22209. 2. Complete
installation within 30 days of contract award. 3. Conduct Administrator
training within 45 days of contract award. 4. Conduct User training
within 90 days after contract award. 5. Provide maintenance for one
base year with four one-year options. 6. Provide technical support
within one year on a fixed price hourly basis, not to exceed 480 hours.
V. QUANTITY & PRICING REQUIREMENTS: The vendor shall supply pricing in
the following quantities (mark ''NSP'' for items that are not
separately priced): 1. Server software - For a single-processor Intel
Pentium. 2. Client software - Either 25 named users or 10 concurrent
users or a site license, whichever offers the best value to DoS. 3.
Report-writer clients - If licensed separately, either 25 named users
or 10 concurrent users or a site license, whichever offers the best
value to DoS. 4. End-user browser clients - If licensed separately,
either 25 named users or 10 concurrent users or a site license,
whichever offers the best value to DoS. 5. Interface licenses - If
licensed separately, two users. 6. Optional client licenses - To
accommodate additional users, the vendor shall provide a quote for
optional licenses for either 25 named users or 10 concurrent users
under # 2, 3, and 4 above. 7. Documentation - Provide prices for items
described in section I-13. 8. Installation - Provide price if priced
separately. 9. Training - Provide prices for training described in
section III-2. 10. Maintenance - Provide price for base year and prices
for 4 separate option years. 11. Technical Support Services - Provide
Fixed Hourly Rate for 480 hours. Please note that the vendor will be
paid only for actual hours expended, not to exceed 480 hours. VI.
CONTRACT CLAUSES AND SOLICITATION PROVISIONS: 1. Proposal Requirements
- a. The technical proposal shall include: (1) a description of
vendor's ability to meet all the Mandatory Software Requirements, (2)
a description of vendor's ability to meet the Desirable Software
Requirements, (3) a description of vendor's ability to meet all the
Fixed Price Technical Support Requirements, (4) a description of the
vendor's ability to meet all the Delivery Schedule Requirements, (5)
one complete set of documentation for each product offered, (6) the
names and current telephone numbers of three references from
organizations that are using the vendor's product in a production
environment; b. The price proposal shall contain: (1) Firm fixed prices
for each item listed under section V. Quantity & Pricing Requirements,
(2) Offeror representations and certifications. All offerors must
include a completed copy of FAR 52.212-3 - Offeror Representations and
Certifications--Commercial Items (text available on Internet-see
below). SIC code is 7372, size standard is $18.0M, (3) vendor's terms
and conditions and/or objections or exceptions to DoS' terms and
conditions, (4) acceptance of solicitation amendments. 2. Technical
Evaluation - a. Any offeror who does not meet all of the Mandatory
Software Requirements and all the Fixed Price Technical Support
Requirements will be eliminated from the competition and will receive
no further consideration; b. Offerors who do meet all the Mandatory
Software Requirements and all of the Fixed Price Technical Support
Requirements will then be evaluated on their ability to meet
theDesirable Software Requirements (all 11 requirements are of equal
importance), results of the client reference check and a product
demonstration. Offerors shall be required to conduct a 1-day
comprehensive technical product demonstration at a vendor-supplied site
in the Washington metropolitan area, using vendor-supplied equipment
and DoS supplied test data. 3. Non-government Evaluators -Industry
expert consultants shall participate in evaluating the technical
proposal and the product demonstration; however, they will not
participate as voting members in the source selection. 4. Price
Evaluation - A price analysis will be conducted on the vendor's price
proposal. For evaluation purposes, DoS will add the total price for all
optional items to the total price of the basic requirements. 5.
Solicitation Provisions and Contract Clauses - FAR 52.212-1,
Instructions to Offerors--Commercial Items, FAR 52.212-2
Evaluation-Commercial Items, and FAR 52.212-4, Contract Terms and
Conditions--Commercial Items, apply to this acquisition. The first
three sentences of paragraph (g) of FAR 52.212-1 are deleted and
replaced with ''The Government intends to evaluate proposals and award
a contract after conducting written or oral discussions with all
responsible offerors whose proposals have been determined tobe within
the competitive range. However, each initial offer should contain the
offeror's best terms from a cost or price and technical standpoint.''
The following is inserted under paragraph (a) of FAR 52.212-2, ''The
source selection will be based on the proposal that delivers the Best
Value to the Government based on the following listed in descending
order of importance: a. technical capability of the offered product to
meet the stated requirements; b. price; and c. past performance. The
Government reserves the right to award to other than the lowest priced
offer if justified by technical merit. Technical and past performance,
when combined, are more important than price.'' The following FAR
clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items, will apply to the resultant contract:
52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35 (DoS Deviation),
52.222-36, 52.222-37, 52.225-9 and 52.247-64. FAR clauses 52.215-42,
52.217-7, 52.227-19,52.252-2 and 52.252-6 will apply to the resultant
contract. Under the Option for Increased Quantity-Separately Priced
Line Item clause the DoS may exercise the maintenance option items on
a yearly basis and may exercise the additional software license options
within 24 months of award. DoSAR clause 652.203-70 will also apply, as
well as the Arab League Boycott of Israel and Export Administration
Act clauses which are available from the Contracting Officer pending
inclusion in the DoSAR; in addition, offerors must certify that they:
a. do not comply with the Arab League boycott of the State of Israel,
by taking or knowingly agree to take any action with respect to the
boycott of Israel by the Arab League countries, which Section 8 (a) of
the Export Administration Act of 1979, as amended (50 USC Ap 2407a)
prohibits a U.S. person from taking, b. do not discriminate in the
award of subcontracts on the basis of religion, and c. indicate status
as a minority business enterprise (text available on Internet-see
below). 6. Proposal Delivery andReceipt - Proposals may be mailed to
the address listed in the title of this CBD notice or handcarried to
DoS, Information Systems Acquisition Branch, Room 528, 1700 N. Lynn
St., Arlington, VA 22209. Four copies of the technical proposal, one
set of documentation, and two copies of the price proposal for each
product offered must be received in Room 528 by 3:00 p.m. Eastern Time
on July 29, 1996. Additional background information is posted on
Internet address: http://www.statebuy.inter.net/home.htm. Questions
concerning the RFP may be telefaxed to Julie Odend'hal at 703/875-6085.
Amendments to the RFP will be posted in the CBD and on theInternet See
numbered Note 12. Disclaimer: This notice does not commit the
Government to procure a repository. Award of this solicitation is
subject to the availability of funds. This is the end of part two of a
two part CBD notice. Part one of two is listed separately within this
section of the CBD.(0197) Loren Data Corp. http://www.ld.com (SYN# 0459 19960716\70-0002.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|