|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,2000 PSA#2532Department of the Air Force, Direct Reporting Units, 11th CONS, 110
Luke Avenue, Building 5681, Bolling AFB, DC, 20332-0305 D -- SOFTWARELICENSES,UPDATES,SUBSCRIPTIONS,MAINTENANCE,TECH SOL
Reference-Number-F8010193420100 DUE 022200 POC Debi Weems, Contract
Specialist, Phone (202) 767-7934, Fax (202) 767-7812, Email
debi.weems@bolling.af.mil -- Natalie Bedwell, Contract Specialist,
Phone 202-767-7932, Fax 202-767-7812, Email WEB: Visit this URL for the
latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=Reference-Num
ber-F8010193420100&LocID=207. E-MAIL: Debi Weems,
debi.weems@bolling.af.mil. DESCRIPTION: 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 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
F8010193420100 is issued as a request for quote (RFQ) and will result
in a Firm Fixed price contract. The period of performance will start
within 10 days after receipt of order and continue through the term of
the requested CLINS. Award will be made on an all or none basis. Award
date is expected on or about 22 Feb 00. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular (FAC) 97-15. The SIC Code assigned to this project
is 7372, size standard is $18,000,000. The requirement is for HQ
USAF/OA web services team located at 1600 Air Force Pentagon,
Washington, District of Colombia. The contract line item numbers
are:CLIN 0001 _ Sitescape (Alta Vista) Upgrade software for 4.0 with
telephone, electronic (web & email), technical support and maintenance,
QTY 2. CLIN 0002 _ Net. Genesis (Log Analysis) Managed Solaris licenses
and annual technical support and maintenance, QTY 2. CLIN 0003 _
SendMail (UNIX + NT mail software) Technical Support for NT SendMail
version 3.0.1 and Solaris SendMail version 8.9.2 (4 processor version)
pro rated of start of period of performance, 15 incidence per server
platform Year, QTY 1. CLIN 0004 _ Allaire Cold Fusion Products (UNIX
&NT) Renewal of subscription software maintenance contract for 2 UNIX
enterprise version 4.0.1, 1 NT enterprise version 4.0.1, 2 studio
applications 4.0.1, QTY 2 Years. CLIN 0005 _ Stronghold (C2NET) Renewal
of annual subscription of Stronghold web server software version 2.4,
QTY 2. CLIN 0006 _ Web Object (Apple Enterprise Products) version 4.0,
renewal of 1 Deployment server + 1 NT development server + 1 NT
development serverlicense, QTY 1. Periods of performance for each CLIN
shall be included with the pricing information. Inspection and
acceptance shall be made at destination. The contractor shall extend to
the Government full coverage of any standard commercial warranty
normally offered in a similar commercial sale. Acceptance of the
warranty does not waive the Government_s right under the inspection
clause, nor does it limit the Government_s rights with regard to the
other terms and conditions under this contract. In the event of a
conflict the terms and conditions of the contract shall take precedence
over the warranty. The warranty period shall begin upon final
acceptance of the applicable deliverables listed in the schedule. 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.
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, shall
accurately process date/time data if the 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 in descending order: 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, 52.219-4 Notice of Price Evaluation Preference for HUB
Zone Small Business Concerns (Jan 99), 52.222-21 Prohibition of
Segregated Facilities, 52.222-26 Equal Opportunity, 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). The following DFARS clause and provision applies to this
solicitation and is 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 22 Feb 00. 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 accepted.
Posted 02/04/00 (D-SN421753). (0035) Loren Data Corp. http://www.ld.com (SYN# 0025 20000208\D-0005.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|