|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 23,1997 PSA#1998FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B,
Philadelphia, PA 19111-5083 D -- INFORMATION TECHNOLOGY SERVICES, INCLUDING TELECOMMUNICATION
SERVICES SOLNBR> N00140-98-Q-0486 DUE 010698 POC Point of Contact-BARRY
JONES, CONTRACT NEGOTIATOR, 215-697-9633, CONTRACTING OFFICER J. J.
SWIZEWSKI, 215-697-9633 E-MAIL: CLICK HERE TO CONTACT THE BID OFFICER,
SYNOPSIS@PHIL.FISC.NAVY.MIL. This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in Subpart
12.6, as supplemented with additional information contained in this
notice. This acquisition is being acquired on an Other Than Full and
Open Competitive Basis purusant to FAR 6.302-1 with Centura Software
Corporation or authorized resellers of the required software products.
Centura Software Corporation and authorized resellers are the only
sources who can provide the required software licenses and the required
software license maintenance. This announcement constitutes the only
solicitation; quotes are being requested and a written request for
quotation will not be issued. Delivery is required 15 days after date
of contract. Product Support is required for a period of one year to
include license subscriptions and maintenance services. Award will
result in a firm fixed price contract. Quantities, CLIN 0001 CENTURA
LICENSE SUBSCRIPTION SQLBase! Desktop (1200 ea), CLIN 0002 CENT URA
LICENSE SUBSCRIPTION SQLBase 5 User (6 ea), CLIN 0003 CENTURA LICENSE
SUBSCRIPTION SQLBase 10 User (1 ea), CLIN 0004 CENTURA LICENSE
SUBSCRIPTION SQLBase 25 User (6 ea), CLIN 0005 CENTURA LICENSE
SUBSCRIPTION SQLBase 50 User (2 ea), and CLIN 0006 CENTURA LICENSE
SUBSCRIPTION SQLBase Unlimited (222 ea). Deliveries shall be made 15
days after date of contract to Space and Naval Warfare Systems Center
(SPAWARSYSCEN), 1441Crossways Blvd., Chesapeake, VA 23320-2843. This
solicitation and incorporated provisions and clauses are those in
effect through FAC 90-45. The following FAR provisions apply to this
solicitation and are incorporated by reference. FAR 52.212-1
Instructions to Offerors-Commercial Items, 52.212-2
Evaluation-Commercial Items. The Government will award a contract
resulting from this solicitation to the responsible offeror whose offer
conforms to the solicitation, is determined most advantageous to the
Government, price and technical considere! d. The evaluation will
consider te chnical equal in importance toprice. The following factors
will be used to evaluate offers: price and technical. The technical
evaluation factor is past performance. FAR 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items. The following numbered subparagraphs under
paragraph (b) of this apply: (1), (2), (3), (6), (7), (8), (9), (10),
(11), (15), (16) and (17). The following DFAR provisions and clauses
apply to this solicitation and are incorporated by reference. DFAR
252.212-7000 Offeror Representations and Certifications-Commercial
Items and 252.212-7001 Contract Terms and Conditions required to
Implement Statutes Applicable to Defense Acquisitions of Commercial
Items. Offerors should describe the risks associated with the SOW;
describe any techniques, methods, and actions that will be used by the
offeror to mitigate the risk(s) identified in the SOW and in the
offeror's proposed technical approach and ! provide an explanation of
whether the techniques and methods identified for risk mitigation have
been successfully used by the offeror. The Government will evaluate
the quality of the offeror's past performance in distinct and separate
evaluation from the Contracting Officer's responsibility
determination. The assessment of the offeror's past performance will be
used as a means of evaluating the relative capability of the offeror
and other competitors to successfully meet the requirements of the
solicitation. The offeror shall describe its past performance on
directly related or similar contracts held within the last five (5)
years which are of similar scope, magnitude and complexity to that
which is detailed in the solicitation. Offerors which describe similar
contracts shall provide a detailed explanation demonstrating the
similarity of the contracts to the requirements of the solicitation.
The Government will consider Termination for Default, delinquencies,
failure to comply with specific! ations and/or SOW requirements, co st
overruns, amount of rework and any other information which reflects
the overall quality of the offeror's past performance. The offeror
shall provide the following information regarding past performance:
contract number(s), name and reference POC at the federal, state or
local gov't or commercial entity for which the contract was performed,
dollar value of the contract, detailed description of the work
performed, names of subcontractor(s) and number, type and severity of
any quality, delivery or cost problems in performing the contract, the
corrective action taken and the effectiveness of the corrective
action. The Government reserves the right to obtain information for use
in the evaluation of past performance from any and all sources
including sources outside the Government. Offerors lacking relevant
past performance history will receive a neutral rating for past
performance. However, the proposal of an offeror with no relevant past
performance history, whil! e rated neutral for past performan ce, may
not represent the most advantageous proposal to the Government and
thus may be an unsuccessful proposal when compared to the proposal of
other offerors. The offeror must provide the information requested
above for the past performance evaluation or affirmatively state that
it possesses no relevant directly related or similar past performance.
An offeror failing to provide the past performance or to assert that
it has no relevant directly related or similar past performance will be
considered ineligible for award. The Government reserves the right to
award the contract to other than the lowest priced offeror. Vendors
wishing to respond to this solicitation should provide this office with
the following as a minimum: a price proposal on company letterhead or
SF 1449 for the requested items showing unit price, extended price,
technical information, delivery mechanism, past performance, prompt
payment terms, remittance address and copies of FAR 52.212-13 an! d
DFAR 252.212-7000 to be provided to an offeror upon request. Responses
to this solicitation are due close of business6 January 1998. All
offers shall be sent to FISC Philadelphia, attn: Mr. Barry Jones, code
02P22J and should reference solicitation N00140-98-Q-0486. (0353) Loren Data Corp. http://www.ld.com (SYN# 0027 19971223\D-0004.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|