Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 26,1996 PSA#1645

Internal Revenue Service, SER Procurement Operations Branch, P.O. Box 47-570, Stop 80, Doraville, GA 30362

70 -- MICROSOFT SOFTWARE MAINTENANCE SOL IRS-96-SE-023 DUE 080596 POC Wyolene Horton, Contract Specialist, 770/488-9520 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation numbered IRS-96-SE-023 is being issued as an Invitation for Bid (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-39. The solicitation is set-aside for small businesses: SIC Code: 7372, Size Standard: $18 million. Bids submitted in response to this solicitation shall be submitted by August 12, 1996, 2:00pm Eastern Daylight Time, addressed to the Internal Revenue Service, SER Procurement Operations Branch, Attn: Wyolene Horton, P.O.Box 47-570, Stop 80, Doraville, GA 30362. Express Mail should be addressed to Internal Revenue Service, SER Procurement Operations Branch, 2900 Woodcock Blvd., Suite 210, Chamblee, GA 30341. ( 1 ) STATEMENT OF WORK/SPECIFICATIONS: The Southeast Region is standardizing its Network Operating System with the Microsoft Windows NT Server. The standardization will provide a secure operating environment, uniform office automation suite and a usable and standard compliant electronic mail system. Successful expansion into all offices will require maintenance on the software needed for the expansion by receiving automatic software updates at no additional costs. The contract will be for a three-year period. Maintenance coverage begins on the day of contract award and entitles the Government to all in-line upgrades over the 36 month period. Upon contract award, an initial upgrade shall be performed to upgrade all maintained software packages to the most current version within 30 days. All subsequent, upgrades shall be provided within 30 days of the new release. The Contractor will be required to provide software maintenance (upgrades) for the following quantities of software packages. ( 1 )( a ) ITEMS AND QUANTITIES: 001 Microsoft Backoffice Server, Version 1.5 = 15 each; 002 Microsoft Exchange Client, Version 3.0 = 1100 each; 003 Microsoft Exchange Server, Version 3.0 = 4 each; 004 Microsoft NT Server, Version 3.51 = 50 each; and 005 Microsoft NT Workstation, Version 3.51 = 730 each. ( 2 ) CONTRACT CLAUSES: The clause at FAR 52.212-4, Contract Terms and Conditions-- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items, applies to this acquisition, specifically (a), (b)(1), (b)(2), (b)(3), (b)(5), (b)(6), (b)(7), (b)(8), (b)(9), and (b)(10). The following clause ''Authority - Contracting Officer, Contracting Officer's Technical Representative and Contractor's Project Manager is included in full text. The Administrative Contracting Officer, the Contracting Officer's Technical Representative Information, and the Project Officer Information will be filled in at time of award. The name of the Project Officer should be SUBMITTED ALONG WITH THE BID. The clause reads as follows: ''AUTHORITY - CONTRACTING OFFICER, CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE AND CONTRACTOR'S PROJECT MANAGER'' (a) CONTRACTING OFFICER - The Contracting Officer for administration of this contract is: ( ). The telephone number for the Contracting Officer is: ( ). The Contracting Officer, in accordance with Subpart 1.6 of the Federal Acquisition Regulation, is the only person authorized to make or approve any changes in any of the requirements of this contract, and notwithstanding any clauses contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. (b) CONTRACTING OFFICER'S TECHNICAL - The Contracting Officer's Technical Representative (COTR) for this contract is: ( ). The telephone number for the COTR is: ( ). The COTR will represent the Contracting Officer in the administration of technical details within the scope of this contract. The COTR is also responsible for the final inspection and acceptance of all reports, and such other responsibilities as may be specified in the contract. The COTR is not otherwise authorized to make any representations or commitments of any kind on behalf of the Contracting Officer or the Government. The COTR does not have authority to alter the Contractor's obligations or to change the contract specifications, price, terms or conditions. If, as a result of technical discussions, it is desirable to modify contract obligations or the statement of work, changes will be issued in writing and signed by the Contracting Officer. The COTR assignment for this contract may be changed at any time by the Government without prior notice to the Contractor. The Contractor will be notified of the change. (c) PROJECT MANAGER - The Contractor's designated Project Manager for this contract is: ( ). The telephone number for the Project Manager is: ( ). The Contractor shall provide a Project Manager for this contract who shall have the authority to make any no-cost contract technical, decisions, or special arrangement regarding this contract. The Project Manager shall be responsible for the overall management and coordination of this contract and shall act as the central point of contact with the Government. The Project Manager shall have full authority to act for the Contractor in the performance of the required services. The Project Manager, or a designated representative, shall meet with the COTR to discuss problem areas as they occur. The Project Manager, or designated representative shall respond within four hours after notification of the existence of a problem. The Project Manager shall be able to fluently read, write, and speak the English language. (End of Clause). ( 3 ) ADDITIONAL INFORMATION: The successful bidder must be a an authorized re-seller of Microsoft software. The bidder must submit proof of Microsoft re-seller authorization. The expected award date is within 15 days after receipt of bids. Bidders are advised that past performance will be a part of the responsibility determination. To determine an offeror's acceptability relative to past performance and as discussed at FAR provision 52.212-1(b)(10), offerors shall provide a minimum of 3 customer references to whom similar services have been provided. All software shall be delivered to the Internal Revenue Service, Attn: Donna Dooley, Stop 142-R, 401 West Peachtree Street, NW, Atlanta, GA 30365. ( 4 ) SOLICITATION PROVISIONS: The provision at FAR 52.212-1, Instructions to Offerors--Commercial, is applicable to this acquisition, specifically the following paragraphs: (a),(b)(1), (b)(10), (b)(5),(b)(11), and (h). The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this acquisition. Bidders are advised to include a completed copy of the provision at FAR 52.212-3. The provision at FAR 52.233-2, Service of Protest applies to this acquisition. ( 5 ) INSTRUCTIONS FOR OBTAINING CLAUSES/PROVISIONS: A copy of the clauses/provisions cited in this solicitation may be obtained from the contracting point of contact, Jean Storey at 770-488-9560, between the hours of 8:00a - 2:00p. Afterwards, you may leave a message on 770-488-9516. A copy of standard form 1449 may also be obtained. (0206)

Loren Data Corp. http://www.ld.com (SYN# 0534 19960725\70-0001.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page