COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9, 2001 PSA #2911
SOLICITATIONS
70 -- CORE ENTERPRISE BASIC SERVER, MAINTENANCE ON ENTERPRISE SERVER PACK, CORE ENTERPRISE CLIENT, MAINTENANCE ON CORE ENTERPRISE CLIENT, CORESIM ADD-ON, MAINTENANCE ON CORESIM, APPLIED SYSTEM ENGINEERING CLASS, AND ADVANCED CORE CLASS.
- Notice Date
- August 7, 2001
- Contracting Office
- Department of the Navy, NAWCAD Contracts Competency Division, Villa Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010
- ZIP Code
- 20684-0010
- Solicitation Number
- N00421-01-Q-0514
- Response Due
- August 16, 2001
- Point of Contact
- Rhoda Hall, Contract Specialist, Code 251214, Phone (301) 862-8950, Fax (301) 862-8670.
- E-Mail Address
- Click here to contact the Contract Specialist via (Hallrg@navair.navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00421-01-Q-0514 is issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Federal Acquisition Regulations Supplement Change Notice 20001213. The Government intends to purchase on a firm fixed-price basis and to solicit and award the proposed purchase order for CORE Enterprise Basic Server, Maintenance on Enterprise Server Pack, CORE Enterprise Client, Maintenance on CORE Enterprise Client, COREsim Add-On, Maintenance on COREsim, Applied System engineering Class, and Advanced CORE Class on a sole source basis with Vitech Corporation, 201 South Main, Suite 900, Salt Lake City, UT 84111 for the part numbers listed below, under the authority of FAR Part 6.302-1. Vitech Corporation is the original equipment manufacturer and the sole qualified supplier of this equipment at the present time. This acquisition is required to support the Air Traffic Control (ATC) Processing & Display Branch, Naval Air Warfare Center Aircraft Division for the conversion of the shipboard application software from the existing CMS-2 language to the "C" language. NAWCAD ATC Processing & Display Branch requires systems engineering tools that meet the following Minimum/mandatory requirements to accomplish this task with existing resources and to support SEI/CMM Level II certification goals: Provide integrated functionality with a consistent user interface, supports multiple systems views and allows viewing subsets of systems, supports both functional and object-oriented architecture views, supports customized database queries and reports, supports access to the database from external applications, supports multiple concurrent users, supports customization via scripting, and supports the Application Program Interface (API) operating environment, supports multiple design methodologies including IDEFO, Functional Flow Block Diagarms (FFBD), and Hierarchy Diagrams. CORE is the only known system engineering tool able to meet all of the Governments minimum requirements. The contract line item numbers and description are** CLIN 0001 -- CORE Enterprise Basic Server (P/N: ES-30-101) (Qty of 1); CLIN 0002 -- Maintenance on Enterprise Server Pack (P/N:MN-00-301) (Qty of 1), CLIN 0003 -- CORE Enterprise Client (P?N: EC-30-100) (Qty of 3), CLIN 0004 -- Maintenance on CORE Enterprise Client (P/N: MN-00-500) (Qty of 3), CLIN 0005 -- COREsim Add-On (P/N: EC-30-110) (Qty of 1), CLIN 0006 -- Maintenance on COREsim (P/N: MN-00-410) (Qty of 1), CLIN 0007 -- Applied System Engineering Class (P/N: TE-00-900) (Qty of 4), and CLIN 0008 -- Advanced CORE Class (P/N: TE-00-920) (Qty of 2). The North American Industry Classification Systems (NAICS) code for this requirement is 334111 with a size standard or 1,000 employees. The proposal along with completed representations and certifications is due by 16 August 2001. Award is anticipated no later than 23 August 2001 with a required delivery date within 30 days after award of contract. FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010; M/F: Marmen Jared, Code 4.5.9.2. 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 rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of 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 deliverable listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2000) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The offeror shall provide back-up information that verifies the price quoted. This could consist of a copy of the current catalog or price list; invoices from previous sales of the identical item(s); etc. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I -- COMMERCIAL (OCT 2000) with its quote. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 1999) is incorporated by reference and applies to this acquisition. The following addendum is added: YEAR 2000 COMPLIANCE (MAR 1999) (NAVAIR 5252.246-9503) (a) The Contractor shall ensure that all information technology, which will be required to perform date/time processing involving dates subsequent to December 31, 1999, shall: (1) be Year 2000 compliant or (2) if the Contracting Officer approves in writing, the identified information technology will be upgraded to be Year 2000 compliant prior to the earlier of: (I) the earliest date on which the information technology may be required to perform date/time processing involving dates later than December 31, 1999 or (ii) December 31, 1999; and (3) Describe existing information that will be used with the information technology to be acquired and identify whether the existing information is Year 2000 compliant. (b) "Year 2000 compliant" means, with respect to information technology, that the information technology accurately processes date/time 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 lap year calculations, used in combination with the information technology being acquired, properly exchanges date/time data with it. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (MAY 2001) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (2) 52.222-26, Equal Opportunity (E.O. 11246); (3) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (4) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (5) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (6) 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (E.O.13126). (7) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components-(1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241). **End of clause** DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2000) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7036, Buy American Act-North American Free Trade Agreement implementation Act-Balance of Payments Program (Alternate I)(41 U.S.C. 10a-10d and 19 U.S.C.3301 note), (2) 252.227-7015 Technical Data-Commercial Items (10 U.S.C. 2320), and (3) 252.227-7037, Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321). (c) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). The provision at 252.204-7004 Required Central Contractor Registration (MAR 2000) applies to this solicitation. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, responsible interested parties may submit information in which they identify their interest and capability. Quote is due to Rhoda Hall, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 16 August 2001. All quotes received by 3:30P.M. Eastern Standard Time 16 August 2001 will be considered by the Government solely for the purpose of determining whether to initiate a competitive procurement. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. The Government will not pay for any information received. Facsimile proposals shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 contact Rhoda Hall, Code 251214, Tele#301-862-8950 or via e-mail: If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (301-862-8670) or telephone (301-862-8950). **END SYNOPSIS/SOLICITATION #N00421-01-Q-0514. **
- Record
- Loren Data Corp. 20010809/70SOL006.HTM (W-219 SN50U231)
| 70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index
|
Issue Index |
Created on August 7, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|