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