Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 17,1996 PSA#1638

Department 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