Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,1997 PSA#1821

Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second Street SW., Washington, DC 20593-0001

D -- INFORMATION TECHNOLOGY (IT) SYSTEM SUPPORT SERVICES SOL DTCG23-97-R-HRM001 DUE 061697 POC Contract Specialist: Zalma Ross, (202) 267-2524 / Contracting Officer: Cecelia Royster, (202) 267-2525 The U.S. Coast Guard (USCG) has a requirement for Information Technology (IT) Support Services. An indefinite delivery/indefinite quantity contract with firm fixed-price task orders as well as time and material task orders is anticipated. The contract will consist of a base year and four one year option periods. Services required are: System Administration, Mail Administration, Software and Hardware Support, Hotline Support, Inventory Support, Wide Area Network (WAN) Support, Local Area Network (LAN) Support, Visual Information Support, and Training Support. Proposals will only be solicited from eligible 8(a) firms and the proposed solicitation will be conducted on a competitive basis. The Standard Industrial Classification (SIC) code is 7376 and the size standard is $18 million. This acquisition will be solicited using a Multi-Phase Advisory Down-Select Source Selection process -- consisting of two phases. The following is a breakdown of both phases: Phase I: (a) The Statement Of Work (SOW) and Past Performance Survey (PPS) will be released to prospective offerors immediately upon written request. A mini-proposal is required. The mini-proposal shall consist of a detailed Capability Statement that describes the offeror's experience relative to the requirements of the SOW: The Capability Statement will be evaluated in accordance with FACTOR 1 listed below. In addition, relevant past performance with be evaluated based on the PPSs received from five companies/agencies for which offerors have or are performing similar services or the same services as stipulated in the SOW in accordance with FACTOR 2 listed below. The offerors should request a copy of the SOW and PPS immediately after this notice has been published in the CBD. Written requests for the SOW and PPS shall be submitted to the address listed above. Faxed requests for the SOW and PPS will be accepted based on telephone confirmation with the Contract Specialist; (b) The USCG will conduct Walk-thrus and Question/Answer Sessions on April 21, 22 and 23, 1997. Admittance to the building will begin at 8:30 a.m. each day. The familiarization briefing will begin promptly at 9:00 a.m. followed by scheduled Walk-thrus and a question/answer session. The question and answer sessions will begin at 2:00 p.m. Offerors must contact the Contract Specialist to schedule day and time of Walk-thru and Question/Answer session. Only three representatives per company will be permitted to attend the Walk-thru and Question/Answer session due to space constraints. Only those offerors who request a copy of the SOW and PPS will be permitted to participate in a Walk-thru and Question/Answer session. All questions and answers addressed during the Walk-thrus will be provided to prospective offerors that attend the Walk-thrus and those offerors that request Phase I information; (c) Offerors must submit their Capability Statement to the USCG on or before May l6, 1997. (d) Offerors must ensure that the PPSs are submitted to the Coast Guard on or before May 16, 1997. Phase I will allow the USCG to advise competing offerors, based on their experience relative to the SOW and relevant corporate past performance surveys, whether they are unlikely to receive an award and advise them whether they should participate in Phase II. Those offerors, although not encouraged to participate in Phase II, may at their discretion, submit a proposal in response to the RFP for Phase II which the Government will evaluate. Failure to participate in Phase I by not submitting a detailed Capability Statement and PPSs will make offerors ineligible to participate in Phase II. The USCG will use the following color code rating system to evaluate the mini-proposals: Superior = Blue, Satisfactory = Green, Marginal = Yellow or Unsatisfactory = Red. The following two evaluation factors will be used to evaluate Phase I: FACTOR 1: Corporate Experience: (a) Past experience obtained on contracts similar in nature to the SOW, (b) Past experience of sub-contractor obtained on contracts similar in nature to the SOW, if applicable, (c) Management of contracts of at least $1M in any one year that are similar in nature to the SOW, (d) Provision of services on previous contracts with labor categories similar to the labor categories listed in the SOW, and (e) Familiarity with obtaining security clearances for employees via the National Industrial Security Program Operating Manual (NISPOM). FACTOR 2: Relevant Past Performance: (a) Adhered to the contract delivery schedule; (b) Managed a one year contract for $1M dollars a year or $10M over five years; (c) Solved contract performance problems without extensive guidance; (d) Provided complete and accurate reports on time; (e) Provided competent personnel within the required timeframe of the SOW; (f) Provided an adequate number of resources to meet the contract requirements and successfully solve problems; (g) Met the needs of customers via the SOW; (h) Provided timely responses to meet customer needs; (i) Communicated and worked with IT staff effectively; (j) Coordinated, integrated, and provided effective subcontractor management; (k) Provided support in the following areas: System Management, Network, Application/Office Automation, Application Training, Graphical/Desktop Publishing and Audio Visual/Video Teleconferencing; (l) Managed help/hotline desk personnel; (m) Provided an adequate number of personnel with the appropriate security clearance levels; (n) Addressed and maintained security requirements in the required time frame; (o) Substituted key personnel in accordance within the required timeframe; and (p) Responded to emergency callback requirements. Phase II: (a) The Request for Proposal (RFP) will be issued to the offerors who proceed to Phase II; (b) Proposals in response to the RFP shall be submitted to the USCG 30 days after the release of the RFP; (c) Based on a scheduled appointment made by the Government, Oral Presentations in lieu of a written technical proposal will be conducted with the USCG. Oral presentations will focus on the offeror's understanding of the needs stipulated in the SOW and the offeror's plans to meet those needs. A question and answer session to clarify technical issues only will follow. Offerors will be limited to a two hour oral presentation (exclusive of questions and answer). Oral presentations should be made by the key personnel who will actually perform the requirements if awarded a contract. The offerors oral presentation team is limited to a total of five persons per offeror; (d) The RFP will provide additional information for the evaluation of price and Personnel Data Forms (PDF). The price proposal will be evaluated for price reasonableness and realism. The Late Submission Modification and Withdrawal of Proposals Provision at Federal Acquisition Regulation 52.215-10 are applicable to all submissions in response to this notice. The RFP is available in both hard copy and electronic form via Internet electronic-mail (e-mail). To request an electronic copy of the RFP only, send an e-mail request to the following Internet address: catalog@rfp.comdt.uscg.mil. The catalog will list the available RFPs and provide specific instructions for requesting the RFP of interest. If you encounter problems with your e-mail request, please contact Pamela Hartman at (202) 267-2624. Interested sources must follow the instructions listed in the announcement. Telephone inquires for a copy of this RFP will not be accepted. Oral responses of the capability statement and PPS will not be accepted. This notice is for information purposes for Minority, Women-Owned and Disadvantage Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. For information concerning the acquisition, contact the contracting official listed above. (0098)

Loren Data Corp. http://www.ld.com (SYN# 0026 19970410\D-0003.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page