|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1998 PSA#2022Space and Naval Warfare Systems Command, 4301 Pacific Highway, San
Diego, CA 92110-3127 D -- INFORMATION TECHNOLOGY SUPPORT SERVICES (ITSS) BLANKET PURCHASE
AGREEMENTS (BPAS) SOL N00039-98-R-0036 DUE 021798 POC Carla
Brown/SPAWAR 02-31B, (619) 524-7204 E-MAIL: Click here to contact the
contract specialist via e-mail., browncar@spawar.navy.mil. The Navy
intends to award additional Blanket Purchase Agreements (BPAs) under
its Information Technology Support Services (ITSS) program. The ITSS
program is managed by the Space and Naval Warfare Systems Command
(SPAWAR). It provides DoD with a wide selection of firms with
outstanding capabilities in the following types of ITSS: development,
maintenance, studies and analyses, evaluation, planning, testing,
training, and Y2K. Primarily intended for DoD, the program is also open
to other Government agencies. Current BPAs are available for review at
http://itec.part.net/its/its_ about.html. Although these BPAs state
that the scope of the effort to be performed under the BPAs is
worldwide, small businesses who respond to this request for information
will not be required to perform work outside of the United States. The
current BPAs also require that all prime contractors maintain an
Internet homepage of their services for marketing purposes. Prime
contractors that respond to this request will be encouraged to maintain
an Internet homepage. Additionally, the Program Management Office (PMO)
will work with the prime contractors to establish a Web presence on
Information Technology Electronic Commerce-Direct (ITEC-Direct). An
award under the ITSS BPA program does not ensure that any orders will
be placed. It can, however, assist a firm in marketing its services by
providing using agencies with an administratively simplified means of
issuing orders. The Navy currently plans a maximum of three additional
BPAs. Consideration for these BPAs will be limited to current holders
of GSA's schedule "Group 70, Information Technology Multiple Award
Schedule" who are small businesses as of 17 February 1998. Offerors are
free to enter into "Teaming Partner arrangements", in which a potential
Prime Contractor agrees with one or more other companies to have them
act as its subcontractors under its BPA (See FAR 9.6). Each Prime
Contractor shall be fully responsible for performance regardless of any
teaming arrangements. Each Teaming Partner must also be a holder of
GSA's Group 70 schedule as of 17 February 1998. In accordance with FAR
52.219-14, at least 50 percent of the cost of contract performance
incurred for personnel shall be expended for employees of the Prime
Contractor. Only one response is allowed from a team and shall be
submitted by the Prime Contractor rather than from various team
members. To be considered for an award, firms meeting these conditions
must provide the following information for itself and each Teaming
Partner by 17 February 1998: 1. Orders/contracts received within the
last three years for providing DoD with ITSS, with a Government point
of contact who can provide information about the quality of support
provided. Provide a brief (one line) description for those
orders/contracts best illustrating the firm's ability to provide state
of the art support to DoD programs and organizations. This may not
exceed one page per firm and is to be in Microsoft Word, Version 7 or
earlier. 2.Dollar amount of Government sales by year for the past three
years. Provide subtotals for each DoD agency. Briefly describe the
firm's inended means of publicizing its services to potential DoD
users, if awarded a BPA. Summarize the capabilities of the firm which
will be most important in attracting DoD business. This may not exceed
two pages per firm and is to be in Microsoft Word, Version 7 or
earlier. 3. Describe the personnel and physical resources of the
firm-numbers and kinds of technical personnel to be made available to
BPA users; location of facilities; any special capabilities such as
ability to perform highly classified work. This may not exceed one page
per firm and is to be in Microsoft Word, Version 7 or earlier. 4.
Provide two copies of the firm's and any teaming partners' current GSA
schedules for ITSS, annotated with price reductions to be afforded BPA
users. The annotated prices will include a 1.5% Acquisition,
Contracting and Technical (ACT) fee. If teaming arrangements are
intended but cannot be finalized before the due date for responses
under this request, the Prime Contractor shall address its intent to
enter into any teaming arrangements and will provide a summary of the
additional labor categories to be proposed by a potential teaming
partner. This maynot exceed one page per potential teaming partner. The
annotated prices are to be in Microsoft Excel. Submittals to this
request are due by 2:00 Pacific Standard Time on 17 February 1998.
Electronic submittals may be made to the following address:
browncar@spawar.navy.mil. Facsimile submittals are acceptable if
received by the deadline and may be sent to (619)524-7158/2730.
However, respondents are hereby notified that the Government has
limited capability to receive faxes, and lines may be in use to an
extent that may make it impossible to meet the submittal deadline.
Submittal by the deadline is necessary to be considered for award, so
it is recommended that offerors not rely solely on facsimile
transmission. The Navy will evaluate this information to identify the
best qualified firms. Selection of one or more firms may be made based
solely on this submittal, but the Navy anticipates it will be
necessary to obtain additional information from a small number of the
best qualified firms responding to this intitial request. Information
from this submittal will be used to evaluate firms under the following
criteria: Past performance -- this will include evaluation of the
information requested above Depth and breadth of technical expertise
needed by DoD -- this will include evaluation of labor categories
proposed from both the prime offeror and any teaming partners Price --
this will include evaluation of the prices submitted for the prime
offeror and any teaming partner. These prices will include the 1.5% ACT
fee and any discounts. Any future updates to this notification and all
future requests for information will be posted on SPAWAR's home page
http://raven.spawar.navy.mil. Note 1 applies. (0028) Loren Data Corp. http://www.ld.com (SYN# 0035 19980130\D-0008.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|