Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1999 PSA#2424

Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue, Building 5681, Bolling AFB, DC, 20332-0305

D -- D-INFORMATION TECHNOLOGY SERVICES, INCLUDING TELECOMMUNICATION SOL F49642-00-R0008 DUE 091799 POC Debi Weems, Contract Specialist, Phone (202) 767-7934, Fax (202) 767-7812, Email debi.weems@bolling.af.mil -- Patti Reger, Contract Specialist, Phone 202-767-7944, Fax 202-767-7814, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F49642-00-R000 8&LocID=207. E-MAIL: Debi Weems, debi.weems@bolling.af.mil. DESCRIPTION: This is a combined synopsis/solicitation for commercial technical service 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; proposals are being requested and a written solicitation will not be issued. This solicitation number F49642- 00-R0008 is issued as a request for proposal (RFP) and will result in a Firm Fixed price contract. The period of performance will be 1 Oct 1999 through 30 Sep 2000. Award will be made on an all or none basis. The award date is expected to be not later than 30 Sep 1999. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-12. The SIC Code assigned to this project is 7379, size standard is $18,000,000. The requirement is for software maintenance in support of an Air Force Security Automation Migration Project-SENTINEL KEY (SK). The Oracle software is required to be operational 24 hours/day, 7 days a week. The server is located at Bolling AFB, DC and responsibility for all maintenance belongs to HQ 497 IG. This software maintenance agreement ensures that in the event of any software problems, software upgrades and releases, 497 IG will be in the position to receive this support. Continuation of user licenses is essential in order to maximize performance. Products to be maintained are CSI# 1120564, CSI# 1183167, CSI# 1185555, and CSI# 1185530. CLIN 0001, 4 Quarters, Bronze Quarter Technical Support, CSI# 1120564, CPU:HP98XX, listed first by product, number of users and level. NET, 8, Concurrent DEV, Full Use; Server EE8, 8, Concurrent DEV, Full Use; Plus, 1, Named User, Full Use; TCP/IP, 1, Named User, Full Use; ADA, 2, Developer, Full Use. CLIN 0002, 4 Quarters, Bronze Quarter Technical Support, CSI#1183167, CPU:MS, listed first by product, number of users and level. Server EE7, 8, Concurrent DEV, Full Use, 11; Server EE7, 44, Concurrent DEV, Full Use. CLIN 0003, 4 Quarters, Silver Quarter Technical Support, CSI#1185530, CPU:HP 98XX, listed first by product, number of users and level. Server EE7, 16, Concurrent DEV, Full Use; APP SVR DOM, 1, Concurrent DEV, Full Use. CLIN 0004, 4 Quarters, Silver Quarter Technical Support, CSI#1185555, CPU:HP 98XX, listed first by product, number of users and level. APP SVR DOM, 1, Concurrent DEV, Full Use; Server EE8I, 16, Concurrent DEV, Full Use. All equipment and software must be Year 2000 Compliant, or Non-Compliant items must be upgraded at no additional cost to be Year 2000 Compliant by no later than October 1, 1998. Year 2000 compliant means Information Technology that accurately processes date/time (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). Furthermore, Year 2000 Compliant Information Technology, when used in combination with other information technology properly exchanges date/time data with it. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 99) is incorporated by reference and applies to this acquisition. FAR 52.212-2 Evaluation _ Commercial Items (Jan 99) -- The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement; price. Offerors shall provide back-up information supporting the price offered. This could take the form of the most recent catalog price list, invoices from previous sales of same items, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications _ Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications _ with its offer. The FAR Clause 52.212-4, Contract Terms and Conditions _ Commercial Items applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 1, 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business concerns, 52.219-14 Limitation on Subcontracting, 52.222-26 Equal Opportunity, 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 99), 52.222-21 Prohibition of Segregated Facilities, 52.222-35 Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act Supplies, and 52.232-33 (Payment By) Electronic Funds Transfer (Central Contractor Registration). Additional FAR Clause that is applicable: 52.232-18 Availability of Funds (Apr 84), funds are not presently available for this contract. The Government_s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The following DFARS clauses and provisions apply to this solicitation and are incorporated by reference: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items. The Government reserves the right to award the contract without initiating discussions. Responses to this solicitation are due by 1500 hrs (3:00p.m.) on 17 Sep 99. The proposal shall be signed by an official authorized to bind the company. Offerors shall submit 1 copy of their proposal and the Representations and Certifications (FAR 52.212-3 and DFARS 252.212.7000) to be sent to 11 CONS/LGCN, 110 Luke Ave Rm 250, Bolling AFB, DC 20332-0305. Fax responses are acceptable at (202) 767-7814, or e-mail to Debi.Weems@bolling.af.mil. No telephone inquiries will be Posted 08/31/99 (D-SN374767). (0243)

Loren Data Corp. http://www.ld.com (SYN# 0030 19990902\D-0010.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page