COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2, 2001 PSA #2970
SOLICITATIONS
70 -- SOFTWARE LICENSES
- Notice Date
- October 31, 2001
- Contracting Office
- Commanding Officer, USCG Operations Systems Center, Kearneysville, WV 25430
- ZIP Code
- 25430
- Solicitation Number
- DTCG23-02-R-TWV030
- Response Due
- October 13, 2001
- Point of Contact
- Contracting Officer: Kathy P. Klein, 304/264-2566
- E-Mail Address
- KKlein@osc.uscg.mil (KKlein@osc.uscg.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. In accordance with FAR Part 6.302-1(a)(2), the U.S. Coast Guard Operations Systems Center (OSC) intends to award a contract on a sole source basis with DataMaxx Applied Technologies, Inc, 3780-A Peddie Drive, Tallahassee, FL 32303. It is believed that DataMaxx is the only vendor who can provide software that meets the stated mandatory requirements. This notice will incorporate provisions and clauses that are in effect through Federal Acquisition Circular 97-22. The purchase package includes: (1) CyberLINXX Internet Browser Workstation Enterprise License, (2) CommServ-2020 Message Switch Software License, (3) Delivery and Installation of software (4) Configuration of Interface to National Law Enforcement Telecommuncation System (NLETS) and National Crime Information Center (NCIC) (5) Training of System Adminstrators and the Software Test Team, and (6) Software/maintenance support plan for the first 12 months of operation The Contractor shall provide an interface to NLETS and NCIC databases. The software must provide a message switching functionality to accommodate physical circuit termination at OSC's site in Kearneysville, WV. NCIC/NLETS data base query capability shall be available to the end user via an internet browser with no client footprint. The complete solution shall be provided using a Commercial-off-the shelf product that requires minimal customization. The software must provide the capability to maintain and manage unique user access requirements. The Contractor's software support plan must provide all upgrades that are required to maintain compatibility with NCIC and NLETS in the event of a change in message switch protocol. Help desk/troubleshooting support is desired. Software should be successfully delivered, installed, and configured no later than November 30, 2001. The requirements listed herein are all inclusive. No separate statement of work is available. The following provisions are incorporated by reference and apply to this acquisition: 52.212-1, Instructions to Offerors Commercial. The following instructions are added as an addendum to this clause: Submit offers in 2 separate volumes as follows: Volume I, Technical Proposal Include all technical information required for evaluation, excluding any reference to price. This should be limited to 10 pages. Vendor must clearly demonstrate compliance with all mandatory technical requirements. Describe features and any data right restrictions. Enclose a copy of the standard maintenance agreement. Include the proposed delivery schedule. For Past Performance include length of time software has been commercially available, and market volume. Describe any corporate programs designed to ensure customer satisfaction, and provide a minimum of 3 points of contact for customer references for these software products. Volume 2, Price Proposal Provide pricing for each of the 6 items listed in this synopsis and any other related costs such as shipping/handling. In accordance with FAR 52.212-2, Evaluation Commercial Items, 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: Delivery Schedule, Past Performance, ease of user interface, help desk support, and price. These factors as stated are listed in their descending order of importance. Applicable to this requirement is North American Industry Classification (NAIC) code 511210. The following FAR clauses are also applicable to this requirement: FAR Clause 52-212.3, Offeror Representations and Certifications Commercial Items, FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following FAR clauses under FAR 52.212-5 paragraph (b)(FAC 97-11) are applicable to this acquisition: 52.203-6, 52.219-8, 52.222-21, 52.222-26,52.222-35, 52.222-36, 52.222-37, and 52.232-33. Offers are due November 13, 3 p.m., eastern standard time to: Commanding Officer, U.S. Coast Guard Operations Systems Center, 408 Coast Guard Drive, Kearneysville, WV 25430, ATTN: Kathy P. Klein. For information regarding this notice, please call Ms. Klein at 304/264-2566 or e-mail at KKlein@osc.uscg.mil. See numbered Note 22.
- Web Link
- KKlein@osc.uscg.mil (http://www.usa.gov/procurement/index.html)
- Record
- Loren Data Corp. 20011102/70SOL004.HTM (W-304 SN5119J8)
| 70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index
|
Issue Index |
Created on October 31, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|