|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,1999 PSA#226121CONS/LGCXD, 135 E. Ent Ave., Suite 101, Peterson AFB, CO 80914-1385 D -- INFORMATION TECHNOLOGY SERVIES, INCLUDING TELECOMMUNICATIONS
SERVICES SOL F0560499R9002 DUE 011999 POC Richard J. Myers, Contracting
Officer, 719-556-4045, or Karen Davis, Contracting Specialist,
719-556-4944 WEB: click here to download a copy of RFP & SOW,
www.spacecom.af.mil/21cons/index.htm. E-MAIL: click here to contact the
contracting officer via, rmyers@spacecom.af.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
included in this notice. This announcement constitutes the only
solicitation; proposals are being requested and a written solicitation
will not be issued. This solicitation, F05604-99-R-9002 is issued as
a Request for Proposal (RFP). The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular. The Standard Industrial Classification Number is
3669 and the Business Size Standard is 750 employees. The proposed
contract is 100 % set aside for small business. Proposed solutions, and
acceptability will be based on integration with existing equipment and
cost benefits to the government. Equal items shall meet or exceed the
operating characteristics of the equipment requested. A technical
evaluation of the equal item will be performed prior to acceptance. For
a description of the requirements, see addendum #1. The provision at
52.212-1, Instructions to Offerors -- Commercial Items, applies to this
acquisition and Addendum #1: THIS IS AN ALL OR NOTHING REQUIREMENT. The
statement of work is available at www.spacecom.af.mil/21CONS/index.htm
(business opportunities) . The provision at 52.212-2, Evaluation --
Commercial Items applies to this acquisition with the blanks filled in
as follows: Summary of Proposal (Limited to 10 single spaced pages not
including the individual price quotes): Has the offeror demonstrated
their understanding of the requirements? Has the offeror demonstrated
their capability to provide all the equipment required? Does the
delivery schedule meet the delivery objective? Does the contractor's
past performance demonstrate satisfactory service? Has the offeror
addressed how they will manage and oversee the contract to ensure that
the statement of objectives are met? Offerors should provide company
past performance information on contracts with the Federal government
that are similar in terms of cost and service, performed over the past
two years. Past Performance information should include the
governmental contract number and the name and phone number of a
governmental point of contact to verify past performance. Technical
acceptability, delivery schedule, and past performance when combined,
are significantly more important than price. Price will be evaluated on
all CLINs. Technical acceptability will be evaluated against the
product literature for the component requested and proposals that
demonstrate increased capability for a comparable cost. Of major
significance for technical acceptability is that any product offered
shall have been certified by the Air Force to be used in conjunction
with the transfer of Integrated Warning Attack/Attack Assessment
(ITW/AA) message traffic. Offerors should provide technical information
on equal components offered that exceeds the characteristics of the
equipment identified. Offerors who fail to meet the technical
requirements may be considered non-responsive to the RFP. Past
performance will be evaluated using FAR 15.305(a)(2) on a basis of
acceptable, unacceptable or not applicable. Delivery schedule and
installation schedule will be evaluated by less than 30 days, good;
30-90 day acceptable; greater 90days unacceptable. Items will be graded
as follows: Does not meet the standard (-). Meets or exceeds the
standard (+). The offeror who has the most (+) signs on the evaluation
factors, and is considered to be the most advantageous to the
Government will be considered the apparent awardee. The clause FAR
52.215-1 "Instructions to Offerors -- Competitive Acquisition", and FAR
52.215-1 Alternate I" applies to this acquisition. Offerors shall
include a completed copy of the provision at FAR 52.212-3 "Offeror
Representations and Certifications -- Commercial Items", with its
offer. 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 Required to Implement
Statutes or Executive Orders -- Commercial Items" applies to this
acquisition. Additional FAR clauses cited within this clause are
applicable to this acquisition: Paragraph (b) 1. The following clauses
are also applicable to this acquisition: FAR 52.203-11, Certification
and Disclosure Regarding Payments to Influence Certain Federal
Transactions", FAR 52.203-12, Limitation on Payments to Influence
Certain Federal Transactions", DFAR 252.204-7004 "Required Central
Contractor Registration " (Mar 98), DFAR 252.232-7009 "Payment by
Electronic Funds Transfer (CCR)" (Jun 98), AFSPCFAR 5352.212-9500,
"Commercial Warranty". The Defense Priorities and Allocations System
(DPAS) assigned rating for this procurement is DO C9. Proposals will be
submitted to 21 CONS/LGCXD, Attn: Rick Myers, 135 E. Ent Ave., Peterson
AFB, CO and accepted until 12:00 P.M (MST) 19 Jan 99. Addendum #1
TRANSLATOR HARDWARE, SOFTWARE, AND TRAINING TO SUPPORT, AIR FORCE SPACE
COMMANDS, AUTOMATED DIGITAL NETWORK TRANSITION 1. Provide all
equipment/services for those items described in CLINS 0001 -- 0007 and
defined within the Statement of Work. Period of performance is 1 Feb
99 through 30 Sept 99. 2. Meet delivery schedule as defined within the
Statement of Work. 3. CLINS 0001 through 0003 and 0007 are to be
priced as firm-fixed price. CLIN 0004 is to be firm-fixed price based
upon negotiated labor rates. CLINS 0005 and 0006 are cost reimbursement
based upon pre-negotiated labor or JTR rates. CLIN #, DESCRIPTION, EST
QTY, UNIT PRICE, EXT. PRICE: 0001, Provide all hardware, software, and
labor to provide translators, and translator software as described in
the SOW, 40 JB,$_____,$_____; 0002, Provide ready spares (hardware),40
JB,$____,$____; 0003, Provide additional training as specified in the
Statement of Work., 5 JB,$____,$____; 0004, Provide software changes
as defined by the Government at a fixed price, predetermined hourly
rate per labor category independently negotiated and funded per task,
40 JB, $____,$____; 0005,Provide on-call technical support (24/7)
Performed on a cost reimbursement basis, 12 MO,$____,$____; 0006,
Travel. Travel will be performed on a cost Reimbursement basis.
Allowable cost will be in accordance with the Current JTR for travel
and per diem., 40 JB,$____,$____; 0007, Provide 2 initial training
classes not to exceed 20 students per class., 2 JB, $____,
$____.52.216-18 Ordering (OCT 95) (a) Any supplies and services to be
furnished under this contract shall be ordered by issuarnce of delivery
orders or task orders by the individuals or activities designated in
the schedule. Such orders may be issued from 1 Feb 99 through 30 Sept
99. All delivery orders or task orders are subject to the terms and
conditions of this contract. In the event of conflict between a
delivery order or task order and this contract, the contract shall
control (b) l. (c) If mailed, a delivery order or task order is
considered "issued" when the government deposits the order in the mail.
Orders amay be issued orally, by facsimile, or by electronic commerce
methods only if authorized in the schedule. 52.216-21 Requirements (Oct
95) (a) This is a requirements contract for the supplies or services
specified, and effective for the period stated, in the Schedule. The
quantities of supplies or services specified in the Schedule are
estimates only and are not purchased by this contract. Except as this
contract may otherwise provide, if the Government's requirements do not
result in orders in the quantities described as "estimated" or
"maximum" in the Schedule, that fact shall not constitute the basis for
an equitable price adjustment. (b) Delivery or performance shall be
made only as authorized by orders issued in accordance with the
Ordering clause. Subject to any limitations in th Order Limitations
clause or elsewhere in thhis contract, the Contractor shall furnish to
the Government all supplies or services specified in the Schedule and
called for by orders issued in accordance with the Ordering clause.
The Government may issue orders requiring delivery to multiple
destinations or performance at multiple locations. (c) Except as this
contract otherwise provides, the Government shall order from the
Contractor all the supplies or services specified in the Schedule that
are required to be purchased by the Government activity or activities
specified in the Schedule. (d) The Government is not required to
purchase from the Contractor requirements in excess of any limit on
total orders under this contract. (e) If the Government urgently
requires delivery of any quantity of an item before the earliest date
that delivery may be specified under this contract, and if the
Contractor will not accept an order providing for the accelerated
delivery, the Government may acquire the urgently required goods or
services from another source.(f) Any order issued during the effective
period of this contract and not completed within that period shall be
completed by the Contractor within the time specified in the order.
The contract shall govern the Contractor's and Government's rights and
obligations with respect to that order to the same extent as if the
order were completed during the contract's effective period; provided,
that the Contractor shall not be required to make any deliveries under
this contract after 30 Sept 99. 52.217-8 Option to Extend Services (Aug
1989) Posted 01/11/99 (W-SN286999). (0011) Loren Data Corp. http://www.ld.com (SYN# 0022 19990113\D-0003.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|