|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1999 PSA#2404FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B,
Philadelphia, PA 19111-5083 70 -- SOFTWARE LICENSE/MAINTENANCE SOL N00140-99-R-4818 DUE 082499 POC
Point of Contact -- Guy Goss, Contract Specialist, 215-697-9662, J. J.
Swizewski, Contracting Officer 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 FAR Subpart 12.6, as supplemented with additional
information contained in this notice. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. Solicitation N00140-99-R-4818 is
issued as a request for proposals. This acquisition is restricted to
the software publishers or distributors for electronic distribution of
Microsoft's Windows NT Enterprise Server, Windows NT Adv Server,
Exchange Enterprise Server, BackOffice, Cheyenne ArcServ 6, Cheyenne
Database Agent/Open Files and MapInfo software since they are the only
sources able to provide the required licenses, software upgrade
licenses, and license maintenance. Software licenses, maintenance and
services, are required for thirty-six (36) months. All software
licenses, upgrades and new versions must be provided via electronic
distribution technology (EDT) downloading from the Internet. EDT
encrypts the software and creates an electronic container for
transmission over the Internet. A password is then Emailed to the
customer to unlock the encrypted container. EDT security features must
include verification of authorized Internet domain, three levels of
encrypted password verification, unlinked secure URL location,
previously approved Email address for software unlock key, and
self-checking containers to ensure product has not been infected with
a virus or otherwise corrupted during shipment. All software updates,
upgrades and new versions shall be available via Internet same day
received from the publisher; notice of availability shall be sent to
the end-user. Award will result in a firm fixed price IDIQ contract.
Base year estimated quantities are CLIN 0001 Windows NT Adv Server
license maintenance, 60 each, CLIN 0002 Windows NT Enterprise Server
licenses, 40 each, CLIN 0003 Windows NT Enterprise Server license
maintenance, 40 each, CLIN 0004 Exchange Enterprise Server licenses, 20
each, CLIN 0005 Exchange Enterprise Server license maintenance, 20
each, CLIN 0006 Cheyenne ArcServ 6 licenses, 100 each, CLIN 0007
Cheyenne ArcServ 6 license maintenance, 100 each, CLIN 0008 Cheyenne
Database Agent/Open Files licenses, 100 each, CLIN 0009 Cheyenne
Database Agent/Open Files license maintenance, 100 each, CLIN 0010 MS
Back Office licenses, 14 each, CLIN 0011 MS Back Office license
maintenance, 14 each, CLIN 0012 MapInfo licenses, 100 each, CLIN 0013
MapInfo licenses maintenance, 100 each. Option Year I estimated
quantities are CLIN 0014 Windows NT Adv Server license maintenance, 60
each, CLIN 0015 Windows NT Enterprise Server license maintenance, 40
each, CLIN 0016 Exchange Enterprise Server license maintenance, 20
each, CLIN 0017 Cheyenne ArcServ 6 license maintenance, 100 each, CLIN
0018 Cheyenne Database Agent/Open Files license maintenance, 100 each,
CLIN 0019 MS Back Office license maintenance, 14 each, CLIN 0020
MapInfo license maintenance, 100 each. Option Year II estimated
quantitiesare CLIN 0021 Windows NT Adv Server license maintenance, 60
each, CLIN 0022 Windows NT Enterprise Server license maintenance, 40
each, CLIN 0023 Exchange Enterprise Server license maintenance, 20
each, CLIN 0024 Cheyenne ArcServ 6 license maintenance, 100 each, CLIN
0025 Cheyenne Database Agent/Open Files license maintenance, 100 each,
CLIN 0026 MS Back Office license maintenance, 14 each, CLIN 0027
MapInfo license maintenance, 100 each. Deliveries shall be made to
National Imagery and Mapping Agency, ATTN: Dan Collins, 14675 Lee Road,
Chantilly, VA 20151-1715. This solicitation and incorporated provisions
and clauses are those in effect through FAC 97-12. The following FAR
provisions which apply to this solicitation are incorporated by
reference. FAR 52.212-1 Instructions to Offerors -- Commercial Items,
52.212-2 Evaluation -- Commercial Items. FAR 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items will be incorporated in the resultant contract. The
following numbered subparagraphs under paragraph (b) of FAR 52.212-5
apply: (1), (2), (3), (6), (7), (8), (9), (10), (11), (15), (16) and
(17). FAR 52.212-4, Contract Terms and Conditions -- Commercial Items,
will be incorporated in the resultant contract. The following DFAR
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. The Government will award a contract resulting from
this solicitation to the responsible offeror whose offer, conforming to
the solicitation, is determined most advantageous to the Government
price and technical considered. The evaluation will consider technical
equal in importance to price. The following factors will be used to
evaluate offerors: price and technical, the technical evaluation
factors of delivery mechanisms and past performance are of equal
importance. Offerors shall demonstrate in sufficient detail a delivery
mechanism that will successfully accomplish the statement of work
(SOW). Offerors should describe the risks associated with the SOW and
any risks associated with the offeror's proposed delivery mechanism;
describe any techniques, methods, and actions that will be used by the
offeror to mitigate the risks 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 offeror shall describe its
past performance on similar contracts that it has held within the last
five (5) years which are of similar scope, magnitude and complexity to
that which is detailed in the RFP or affirmatively state that it
possesses no relevant directly related or similar past performance.
Offerors who present similar contracts should provide a detailed
explanation demonstrating the relevance of the contracts to the
requirements of the RFP. The offeror should provide the following
information regarding its past performance: (A) contract number(s), (B)
name and reference point of contact at the federal, state or local
government or commercial entity for which the contract was performed,
(C) dollar value of the contract, (D) detailed description of the work
performed, (E) names of subcontractor(s) and (F) 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. In accordance with DFARS 215.304(c)(i), the
contractor shall submit any past performance information identifying
the participation of Small Disadvantaged Businesses (SDB) as
subcontractors, joint venture partners, or other form of teaming
arrangement, of the offeror in order to meet subcontracting goals. The
contracting officer intends to evaluate the extent to which offerors
identify and commit to small business and historically black college or
university and minority institution performance of the contract,
whether as a joint venture, teaming arrangement, or subcontractor. The
Government reserves the right to obtain information for use in the
evaluation of past performance from any and all sources including
sources outside of the Government. Offerors lacking relevant past
performance history will not be evaluated favorably or unfavorably on
past performance. However, the proposal of an offeror with no relevant
past performance history, while not rated favorably or unfavorably for
past performance, 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 should provide the
information requested above for past performance evaluation, including
past performance in complying with targets for SDB participation and
subcontracting goals for SDBs, or affirmatively state that it possesses
no relevant directly related or similar past performance. If an offeror
fails to provide any past performance information which is similar in
scope, magnitude and complexity to that which is detailed in the RFP or
fails to affirmatively state that it possesses no relevant directly
related or similar past performance, the offer may not be awardable.
The Government will consider the quality of the offeror's past
performance. This consideration is separate and distinct 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 RFP. In determining the
rating for the past performance evaluation factor, the government will
give greater consideration to the contracts which the Government feels
are most relevant to the RFP. 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 52.212-3 and DFAR
252.212-7000 to be provided to an offeror upon request. Responses to
this solicitation are due by 4:00 P.M. (local time Philadelphia, PA) on
24 August 1999. All offerors shall be sent to FISC Philadelphia, ATTN:
Mr. G. Goss, Code 02P2A, and should reference solicitation
N00140-99-R-4818. The standard industrial classification code is 7379.
Posted 08/04/99 (D-SN363219). (0216) Loren Data Corp. http://www.ld.com (SYN# 0423 19990806\70-0013.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|