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