|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 16,1996 PSA#1680ATTN: MOSC-SC, 1670 N. Newport Rd., Suite 211, Colorado Springs, CO
80916-2749 70 -- MAINTENANCE OF SUN EQUIPMENT SOL DASG62-96-R-0010 DUE 092696 POC
Tommi Rupe (719) 554-8821 This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in 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.
This solicitation is issued as Request for Proposal (RFP), Number
DASG62-96-R-0010. This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 90-38. The Standard Industrial Classification Number is 7378,
and the Business Size Standard is $14.5 M. This acquisition will be
procured on an unrestricted basis. Delivery is FOB destination to US
Army Space Command, 1670 N. Newport Road, Colorado Springs, Colorado
80916 (except for the systems indicated to be located at different
locations). Period of Performance shall be 01 Oct 1996 through 30 Sept
1997. Award of any resultant contract is subject to availability of
FY97 funds appropriated for purposes stated herein. DESCRIPTION:
Maintenance and technical support services to include all technical
personnel, labor, tools, supplies, and transportation necessary to
provide maintenance support on the following SUN hardware, firmware and
software. Support is stated in terms of SUN Equipment Corporations
Maintenance program (e.g., Silver, Bronze). Offerors shall submit
support coverage that meets the SUN standards. Technical personnel
shall be certified by SUN to repair and maintain SUN equipment. All
replacement parts shall be new standard manufacturer parts or parts
equal in performance, form, fit and function. The Government may add,
delete, or replace equipment listed under this contract with like
equipment at any time. The following computer systems, to include a
variety of peripherals and commensurate operating system software and
technical documentation, are to be covered under a SUN Silver, or
equal, 7 X 24 on-site Maintenance for hardware, firmware and software:
EXP PED, Model X750A (1 each); SPARC 10-41, Model 144510 (3 each);
SPARC Station LX, Model 447 (1 each); Sun Voyager, Model S240 (1 each);
SPARC 10, Model 10/51 (3 each); SPARC 2, Model 4/75FGX (2 each); DTK 19
Color Monitor, Model CDM2000M (1 each); Card, IKON Corporation, Model
10106 (6 each); Rasterflex Cards, Vitec Information Technology, Model
31085 (4 each); Artecon 1.3GB Disk (2 each); Signa 1.2GB Disk (1 each);
SPARC20, Model 544 (8 each); Server 1000E System with two boards (1
each); SPARC20, Model 71 (2 each); SPARC20, Model 61-ZX (1 each Located
at the ATCCS Integration Facility, Ft. Hood, Texas); SPARC20, Model
61ZX (1 each Located at the NASA Johnson Space Center, Houston, Texas).
The following computer systems, to include a variety of peripherals and
commensurate operating system software and technical documentation, are
to be covered under a SUN Bronze, or equal, 8 X 5 Maintenance for
hardware, firmware, and software: SPARC2, Model 147B (2 each). Prices
offered shall be the monthly rate extended over a 12 month period
(e.g., monthly rate, quantity of 12, unit of measure is months, total
which is the extended amount of monthly rate times 12 months) for each
system and associated peripherals stated herein. Services offered
under the terms of a Federal Supply Schedule contract shall be so
stated to include GSA contract number and terms. Services not provided
under a Federal Supply Schedule shall be fully articulated and shall
demonstrate compliance with the standards set forth in the Federal
Supply Schedules, and herein to include response times, equipment
restoral times, technical documentation updates and software updates.
FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to
this acquisition, with the following addenda: Per FAR 12.603(b) the SF
1449 is not used. Paragraph (c), Period of acceptance of offers -
Offeror agrees to hold the prices in its offer firm for 60 days. Any
interested/qualified sources who believe they can provide the required
equipment must respond no later than 2:00 PM, Mountain time, September
24, 1996. All such responses will be evaluated in order to determine
the ability to meet the above stated capabilities. The Government will
award a contract, or multiple contracts resulting from this
solicitation to the responsible offeror(s) whose offer conforming to
the solicitation will be most advantageous to the Government price and
other factors considered. Multiple awards may be made, ONLY TO,
accommodate awards between Federal Supply Schedules and Open Market
pricing. The following evaluation criteria shall be used to evaluate
offers: (1) Technical Capability - ability to meet the
maintenance/support requirements stated herein to include response
time, availability of parts, availability of SUN certified technicians
and ability to provide technical documentation and software upgrades;
(2) Total Proposed Price; and, (3) Past Performance - ability to
consistently deliver and maintain, during term of maintenance, quality
products and technical support in a timely manner. Evaluation Criteria
is listed in descending order of importance. Price is half as important
as technical capability. Past performance is less than half as
important as price. The Offeror shall clearly demonstrate how the
products/service proposed meets the requirements set forth herein. The
Offeror shall provide a minimum of 5 references to which the same or
similar products and services have been delivered within the last 2
years.. References shall include the product/services delivered,
contract number, date of contract award, date of acceptance by the
receiving organization, contracting office point of contact, technical
office point of contact (if available), current telephone and fax
numbers for both, and statement regarding problems with the order
and/or delivery. The Government will only consider the information
provided in the offerors proposal. Responses may include literature,
brochures, and other such information corresponding to the required
items which demonstrates the offerors capability to fulfill the
requirements set forth herein. Special attention is directed to FAR
52.212-1 (b)(4). Failure to submit technical specifications for
evaluation may render the offer nonresponsive. Offerors shall include
a fully executed copy of the FAR provision at 52.212-3, Offeror
Representations and Certifications-Commercial Items, with their offer.
FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items,
applies to this acquisition. FAR clause 52.212.-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items, applies to this acquisition, along with the
following additional FAR clauses: 52.222-26, Equal Opportunity,
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans, 52.222-36, Affirmative Action for Handicapped Workers,
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of Vietnam Era, 52.225-3, Buy American Act - Supplies, 52.225-9, Buy
American Act-Trade Agreements Act-Balance of Payments Program,
52.225-21, Buy American Act-North American Free Trade Agreement
Implementation Act-Balance of Payments Program. Offers sent via the US
Postal Service should be mailed to US Army Space Command, ATTN:
MOSC-SC, 1670 N. Newport Rd, Colorado Springs, Colorado 80916. All RFPs
not sent through the US Mail will be considered hand carried and
subject to FAR 15.412. Proposals may be submitted by facsimile,
however, it is the responsibility of the Offeror to ensure receipt -
see also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are
responsible for ensuring proposals are received no later than the
date/time set forth herein. The point of contact for all information
regarding this acquisition is Tommi Rupe at (719) 554-8821. (0256) Loren Data Corp. http://www.ld.com (SYN# 0201 19960913\70-0001.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|