Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21, 2001 PSA #2919
SOLICITATIONS

D -- ASTORIA 3.X SOFTWARE TECHNICAL SUPPORT

Notice Date
August 17, 2001
Contracting Office
Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549
ZIP Code
96860-4549
Solicitation Number
N00604-01-T-A990
Response Due
August 27, 2001
Point of Contact
Karen F. Johnston (808) 473-7516
E-Mail Address
Contracting Officer (karen_f_johnston@pearl.fisc.navy.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12, as supplemented with additional information included in this notice. This announcement constitutes the only Request for Quote (RFQ); proposals are being requested and a written RFQ will not be issued. The provisions and clauses in the RFQ are those in effect through FAC 97-27 and DFAR DCN 20001213. The Regional Contracting Department, Fleet & Industrial Supply Center, Pearl Harbor, Hawaii has a requirement for technical support/maintenance on Government owned software. These services shall support the Joint Intelligence Center-Pacific (JICPAC) at Pearl Harbor, HI for a period of 12 months, 01 October 2001 through 30 September 2002. The RFQ number is N00604-01- T-A990 and shall be awarded as a firm-fixed priced order. The requirement includes two CLINS: 0001 for technical support via email and software updates for Astoria 3.X Support, 50 client licenses, 1 Astoria server, Adept Editor Bridge, Web Services Server, and Web Services Advisor Server licenses; 0002 for technical support via email and software updates for Standard Support Astoria 3.X SDK Support, Astoria SDK site license, market code AST-SDK-SPRT. The requirement also includes two option years for each CLIN. Option year 1, from 01 October 2002 through 30 September 2003, numbered CLINs 0003 and 0004. Option year 2, from 01 October 2003 through 30 September 2004, numbered CLINs 0005 and 0006. The NAICS code is 511210 and the small business size standard for this procurement is $18.5 million. All contractors must be registered in the Central Contracting Registration (CCR) database to be eligible for a Department of Defense contract award. Information concerning the CCR may be attained at www.ccr2000.com. Offerers are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items, for their quotation. This will be made available from the Government point of contact listed below. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. Quotes shall be made for each CLIN, on a FOB Destination basis. Inspection and acceptance shall be made at destination by the receiving activity. The following clauses are applicable: FAR 52.212-1, Instructions to Offerors -- Commercial Items (addendum to paragraph (h): a single award will be made); FAR 52.212-2, Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable and (2) Price; award will be made to the low cost, technically acceptable responsible offeror; FAR 52.212-4 Contract Terms and Conditions -- Commercial items; and the offeror shall provide the information required in FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items and in DFAR 252.212-7000 -- Offeror Representations and Certifications-Commercial Items. The FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, includes the following clauses incorporated by reference: FAR 52.222-19-Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), FAR 52.222-21 -- Prohibition of Segregated Facilities, FAR 52.222-26 -- Equal Opportunity (E.O. 11246), FAR 52.222-35 -- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 -- Employment Reports on Disabled Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-13 -- Restriction on Certain Foreign Purchases, and FAR 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). Other applicable clauses include 52.215-5 Facsimile Proposals; 52.217-5 -- Evaluation of Options; 52.217-8 -- Option to Extend Services; 52.217-9 -- Option to Extend the Term of the Contract; DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. The following clauses applies, DFARS 252.204-7004 -- Required Central Contractor Registration, DFARS 252.204-7001 -- Commercial And Government Entity (CAGE) Code Reporting, These clauses may be obtained via the Internet at http://www.arnet.gov/far or http://farsite.hill.af.mil. Quotes must be received no later than 27 August, 2001, 3:30 p.m., HST. Quotes may be mailed, faxed, or emailed to the following: Regional Contracting Department, Fleet and Industrial Supply Center, Code 201A.KJ, Attn: Karen Johnston, 1942 Gaffney St., Suite 100, Pearl Harbor, HI 96860-4549; facsimile number is (808) 473-5750; email address: karen_f_johnston@pearl.fisc.navy.mil. See note # 1.
Record
Loren Data Corp. 20010821/DSOL005.HTM (W-229 SN50V3D1)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on August 17, 2001 by Loren Data Corp. -- info@ld.com