|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1998 PSA#2060U.S. Department of Justice, Federal Bureau of Prisons, Procurement and
Property Branch, 320 First Street NW, Washington, DC 20534 70 -- HARDWARE/SOFTWARE AND RELATED SUPPLIES AND SERVICES SOL
ADP-98-011 DUE 042498 POC Ann Davis, Contracting Officer (202)616-6150
WEB: requirements and evaluation criteria, www.bop.gov/bopdocs.html.
The Federal Bureau of Prisons (BOP) intends to establish a Blanket
Purchase Agreement (BPA), national buy, using Federal Supply Schedule
(FSS) Contracts, in a Contractor team arrangement. This is a combined
synopsis/solicitation (Request for Quotation) for commercial items
prepared in accordance with the format in Subpart 12.6, as supplemented
with additional information included in this notice. This announcement
is the Request for Quotation (RFQ). The solicitation number is
ADP-98-011. Solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-04.
This requirement is not a set-aside. Offerors are to enter "Teaming
Partner arrangements", in which a potential Prime Contractor, a current
GSA Schedule holder, 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 mustalso be a holder of
GSA's Group 70 schedule as of April 24, 1998. Only one response is
allowed from a team and shall be submitted by the Prime Contractor
rather than from various team members. The Prime Contractor is required
to maintain an Internet homepage. The BOP currently plans a single
source award. An award under the BPA program does not ensure that any
orders will be placed. However, if orders are placed under this BPA
they will be placed similarly to placing orders against an Indefinite
Delivery Indefinite Quantity (IDIQ) contract. The minimum amount that
may be ordered is 0. The period of placement of orders will be from the
date of award through September 30, 2003, contingent upon the Prime
Contractors ability to maintain FSS Contractor Status throughout the
specified period. The Government intends to acquire competitive prices
on items on a Brand Name or Equal basis. If the offeror is providing
other than the brand name identified, the Offeror shall provide
detailed information that describes theitems compatibility with the
brand name item and furnish information that guarantees performance
with the BOP installed base. Items required under this solicitation can
be retrieved in full text at the following
url:http://www.bop.gov/bopdocs.html To be considered for award, firms
meeting these conditions must provide the following information for
itself and each Teaming Partner by April 24, 1998: 1. Provide a brief
(one line) description for those orders/contracts received within the
last three years best illustrating the firm's ability to provide the
required supplies/services, with a point of contact and telephone
number who can provide information about the quality of support
provided. This may not exceed one page per firm. 2. Dollar amounts of
Government sales by year for the past three years. Briefly describe the
firm's intended means of publicizing its services to potential BOP
users, if awarded a BPA. Summarize the capabilities of the firm that
will be most important in attracting BOP business. This may not exceed
two pages per firm. 3. Describe the personnel and physical resources
of the firm-numbers and kinds of technical personnel to be made
available to BPA users and location of facilities. 4. Provide two
copies of the firms' and any teaming partners' current GSA Group 70
schedules annotated with % of discount below the GSA prices to be
afforded BPA users. Submittal to this request are due by 2:00 p.m.
Eastern Standard Time on April 24, 1998. Selection may be made based
solely on this submittal, but the BOP anticipates it will be necessary
to obtain additional information from a small number of the best
qualified firms responding to this initial request. Information from
this submittal will be used to evaluate firms under the following
criteria: Best Management Approach and Past performance -- this will
include evaluation of the information requested above. Equipment
Reliability and Standardization Factors -- this will include evaluation
of the proposed item is reliable and interoperable with each other item
with which it would normally be expected to function. The offeror shall
propose equipment and software that is compatible to the maximum extent
possible with currently installed equipment. Equipment Availability --
The Contractor shall offer equipment items having the best
compatibility and reliability characteristic; however, for purposes of
enhanced availability, the Contractor shall utilize at least two
different GSA Schedule vendors/manufacturers for items designated as
"multi-vendor eligible" equipment. This equipment includes:
workstations, laptop/notebook computers, and printers. Multi-vendor
equipment items are indicated by an asterisk(*) in the equipment list
shown as Attachment A. Price -- this will include evaluation of the
discounts and their correlation to most advantageous unit price as
submitted from the prime offeror and any teaming partner. An award will
be made on the basis of best value to the Government. Offerors are
required to complete and return with the quotation FAR 52.212-3,
Offeror Representations and Certifications -- Commercial Items. The
clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items,
applies to this acquisition. The clause at FAR 52.212-5, Contract Terms
and Conditions -- Commercial Items, applies to this acquisition and
incorporates those clauses identified as items (1) through (9). The FAR
Subpart 39.106, Year 2000 Compliance and GSA Recommended Year 2000
Contract Language, applies to this acquisition. FAR references can be
retrieved in full text at the following url: http://www.arnet.gov/far.
GSA reference can be retrieved in full text at the following url:
http://www.itpolicy,gsa.gov/mks/yr2000/contlang.htm. (0083) Loren Data Corp. http://www.ld.com (SYN# 0323 19980326\70-0004.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|