|
COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1999 PSA#2398NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center,
FL 32899 99 -- CONTROLSHELL/STETHOSCOPE SOFTWARE AND MAINTENANCE DUE 080399 POC
Jacklyn L. Norman, Contract Specialist, Phone (407)867-7056, Fax
(407)867-1029, Email jacklyn.norman-1@ksc.nasa.gov WEB: Click here for
the latest information about this notice,
http://nais.nasa.gov/EPS/KSC/date.html#CC-85852B. E-MAIL: Jacklyn L.
Norman, jacklyn.norman-1@ksc.nasa.gov. This notice is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; offers are being requested and a written
solicitation will not be issued. This is a sole source procurement and
NASA/KSC intends to make a purchase from Real-Time Innovations, Inc.
Real-Time Innovations, Inc., is the only known source that can meet the
minimum requirements of the Government for this procurement. This
notice is being issued as a Request for Quotation (RFQ) for the
following: ITEM NO. 1 -- ControlShell/StethoScope Bundle, that includes
25 ControlShell Host licenses; 125 ControlShell Target Licenses; 25
StethoScope Host Licenses; 25 StethoScope Target Licenses; 25 Manual
Sets); and Software Maintenance and Updates for 1 full year; up to 5
additional server domains. P/N CS/MC. Quantity: 1 EA Licenses. ITEM NO.
2 -- ControlShell Software Maintenance. To extend maintenance on 25
ControlShell Host Licenses listed above through 3/31/2001. P/N CS/MC.
Quantity: 1 LOT. ITEM NO. 3 -- StethoScope Software Maintenance. To
extend maintenance on 25 StethoScope Host Licenses listed above through
3/31/2001. Quantity: 1 LOT. Maintenance is to include technical
support, software updates, and manual updates. This software is
required to be compatible with existing CLCS Program software. DELIVERY
-- All Items are required to be delivered FOB Destination to NASA,
Kennedy Space Center, Florida. PERIOD OF PERFORMANCE -- Period of
performance for the maintenance in all Items is to be for the periods
specified above. This procurement is being conducted under the NASA
Simplified Acquisition Procedures (SAP). The FAR provisions and clauses
in the RFQ are those in effect through the FAC 97-13. The DPAS rating
for this procurement is DO C-9. If the end product(s) offered is other
than domestic end product(s) as defined in the clause entitled "Buy
American Act -- Supplies," the Offeror shall so state and shall list
the country of origin. The SIC code and the small business size
standard for this procurement are 7372 and $18 Million, respectively.
The Offeror shall state in its offer the size status for this
procurement. All Items are required to be Year 2000 compliant in
accordance with the following clause: Year 2000 Compliance (May 1998)
(a) Definition: "Year 2000 compliant", as used in this clause, means
that the information technology (hardware, software and firmware,
including embedded systems or any other electro-mechanical or
processor-based systems used in accordance with its associated
documentation) accurately processes date and date-related data
(including, but not limited to, calculating, comparing, and sequencing)
from, into, and between the twentieth and twenty-first centuries, and
the years 1999 and 2000 and leap year calculations, to the extent that
other information technology, used in combination with the information
technology being acquired, properly exchanges date and date-related
data with it. (b) Any information technology provided, operated and/or
maintained under this contract is required to be Year 2000 compliant.
To ensure this result, the Contractor shall provide documentation
describing how the IT items or services demonstrate Year 2000
compliance, consisting of standard product literature. (c) The
Contractor warrants that any IT items or services provided under this
contact that involve the processing of date and date-related data are
Year 2000 compliant. If the contract requires that specific listed
products must perform as a system in accordance with the foregoing
warranty, then that warranty shall apply to those listed products as a
system. (d) The remedies available under this warranty shall include
repair or replacement, at no additional cost to the Government, of any
provided items or services whose non-compliance is discovered and made
known to the Contractor in writing within 90 days after acceptance. In
addition, all other the terms and limitations of the Contractor's
standard commercial warranty or warranties shall be available to the
Government for the IT items or services acquired under this contract.
Nothing in this warranty shall be construed to limit any rights or
remedies the Government may otherwise have under this contract with
respect to defects other than Year 2000 performance. Offers (including
FAR 52.212-3 Offeror Representations and Certifications -- Commercial
Items) are due by close of business on August 3, 1999, to the address
and identified point of contact as specified above. The Offeror shall
complete FAR 52.212-3, Offeror Representations and Certifications --
Commercial Items, (which are available with this synopsis) and submit
it as part of the offer. Offerors shall provide the information as
required by FAR 52.212-1; FAR 52.212-4; and FAR 52.212-5. The following
identified clauses in FAR 52.212-5(b) are incorporated by reference:
52.203-6, 52.219-8, 52.219-23, 52.222-26, 52.222-35, 52.222-36,
52.222-37, 52.225-3, and 52.232-34. NFS 1852.227-86 Commercial Software
-- Licensing (December 1987) is applicable. All FAR Clauses may be
obtained via the Internet at http://procurement.nasa.gov/FAR/. The
offeror should also provide a Commercial and Government Entity (CAGE)
Code. Information about CAGE Codes may be obtained from the following
URL: http://www.dlis.dla.mil/cage_welcome.htm . By submission of its
offer, the offeror represents that, if it is subject to the reporting
requirements of 37 U.S.C. 4212(d) (i.e., the VETS-100 report required
by FAR clause 52.222-37, Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era), it has submitted the most recent report
required by 37 U.S.C. 4212(d). All responsible business sources may
submit an offer which shall be considered by the agency. Interested
firms other than the sole source cited have 2 days from the publication
of this synopsis/solicitation to submit in writing to the identified
point of contact, their qualifications/capabilities and quotes,
providing a description in sufficient detail to show that the product
offered meets the Government's requirement. Such
qualifications/capabilities will be used solely for the purpose of
determining whether or not to conduct this procurement on a competitive
basis, which is solely within the discretion of the Government.
Responses received after the 2 days or without the required information
will be considered nonresponsive to the synopsis/solicitation and will
not be considered. Oral communications are not acceptable in response
to this notice. Questions regarding this acquisition must be submitted
in writing to Jacklyn L. Norman by fax to 407/867-1029 or Internet
e-mail to jacklyn.norman-1@ksc.nasa.gov. Offers for the items described
above may be mailed or faxed to the identified point of contact; should
include solicitation number, FOB Destination to this Center, proposed
delivery schedule, discount/payment terms, warranty duration (if
applicable), taxpayer identification number (TIN), identificationof any
special commercial terms; and should be signed by an authorized company
representative. To submit an offer, Offerors are encouraged to use the
Standard Form 1449, Solicitation/Contract/Order for Commercial Items,
found at URL http://procure.arc.nasa.gov/Acq/Forms/Index.html. It is
the Offeror's responsibility to monitor this site for the release of
amendments (if any). Potential Offerors will be responsible for
downloading their own copy of this combination synopsis/solicitation
and amendments (if any). Hard copies may be obtained from the
identified point of contact; however, the closing date is as stated in
this combination synopsis/solicitation, inclusive of any amendments.
Facsimile Offers are authorized; however, the Government shall not
assume responsibility for proper transmission. FACSIMILE OFFERS SHALL
BE FOLLOWED BY THE ORIGINALS IN THE MAIL. See Numbered Note B. Any
referenced numbered notes can be viewed via Internet at
http://genesis.gsfc.nasa.gov/nasanote.html. Posted 07/27/99
(D-SN359684). (0208) Loren Data Corp. http://www.ld.com (SYN# 0404 19990729\99-0001.SOL)
99 - Miscellaneous Index Page
|
|