Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1996 PSA#1653

FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084

70 -- ADP SOFTWARE SOL N00140-96-R-2830 POC Marissa Seifried, Contract Negotiator, (215)697-9638. This is a combined synopsis/solicitation for commercial items prepared i/a/w the format prescribed in Subpart 12.6 of the FAR, as supplemented with add'l info included in this notice. This announcement constitutes the solicitation for the required items. Proposals are hereby requested under RFP N00140-96-R-2830, a subsequent solicitation document will not be issued. FISC Det Phila intends to purchase, on a full and open competitive basis, license to GUIDANCE INFORMATION SYSTEMS (GIS) software. Award of a firm fixed price contract is contemplated. The Govt's obligation is contingent upon Congress enacting FY97 appropriations. The standard industrial classification Code is 7375. Base Year 0001: License to GIS software 12 MO for the period 1 Oct 96-30 Sep 97, Option 1 0002: License to GIS software 12 MO for the period 1 Oct 96-30 Sep 98, Option 2 0003: License to GIS software 12 MO for the period 1 Oct 98-30 Sep 99. Software must be capable of use with IBM-compatible computer using DOS 3.5 or higher, or through a Windows 3.1 or CD-ROM concept. Software must be commercially available, on low or high density 3-1/2'' or 5-1/4'' inch disks, or CD-ROM. Menu-driven software must be legible on monochrome and color micro-computer monitors. Systems to be used worldwide. Software capable of operating on electrical requirements: 100-120V/50CPS & 60CPS, and 220-240V/50CPS. Systems delivered worldwide. Contractor must offer service/support worldwide at no cost to the Govt. Requirements to be provided: A. INDIVIDUAL SOFTWARE MODULE REQUIREMENTS. 1) Shall update the system yearly. 2) Following nat'l data bases must be contained: 2 year and 4 year college info, prof'l and graduate school info: vocational/ technical schools, schools offering external degrees, Servicemembers Opportunity Colleges, Armed Services occupat'l info, civilian occupat'l info, provision for on-line admin of an interest inventory and the input of data from interest inventories, self-rating of abilities, work experience, and job values taken off-line, life-career transitions, employment training, storage of individual user info, info on financial aid, and resume preparation. 3) Shall furnish training materials annually (e.g. posters, video tapes, professional manuals, etc). 4) Software must have immediate exit from each screen, help key indication, find key, back-up key, print key, and on-screen operating instructions. 5) Software must provide storage of individual user info, hard copy of module summaries and total system-use summaries, and on-line eval of the system. 6) Customization of the system shall include local bulletin boards, Local occupat'l info, and addition/ modification of college majors. 7) Software options must allow interface with Harrington-O'Shea Career Decision Making Interim Inventory. 8) DANTES sites will have unlimited software reproduction rights for on-base/on-port use. B. OCCUPATION DATABASE. 1) Must include Armed Services occupat'l characteristics and accept ASVAB scores. 2) Database will include DOL's Dictionary of Occupat'l Titles, Standard Occupat'l Classifications Systems, Guide to Occupat'l Exploration Code Numbers, Nat'l Occupat'l File, and Cross-Walk feature. C. CAPABILITIES OF THE OCCUPAT'L DATABASE SOFTWARE. 1) Capability of listing all occupations in paragraph D. 2) Capability of selecting occupations in paragraph D. 3) Capability of including detailed info about occupations in paragraph D. 4) Capability of determining why an occupation did not appear on a list (resulting from a search) in paragraph D. 5) Capability to ''Cross-Walk'' info in the occupat'l files to related info in other files (e.g., occupation from a college file to a vocational school file). 6) Capability of providing financial aid services. 7) Info to user must be provided on screen and in print form. Info must contain job descriptions, related school subjects, education/training requirements, employment potential, salary related jobs, reference other info sources, and provide source where the user can write for add'l info. D. FILE CHARACTERISTICS THAT SHALL BE PROVIDED. Occupat'l related interests Occupat'l related aptitudes, Work environment, Work hours, Physical demands, Nat'l average salary, Employment potential, Education & training required, Related occupations (civilian & military). E. OTHER EMPLOYMENT DATA POINTS. Resume writing, Cover letter writing, Demonstrating job skills, Questions for an interview, Ways to get training, Special requirements - job entry Worker's likes/dislikes, Growth patterns & opportunity. F. SEARCH VARIABLES FOR EDUCATIONAL PLANNING. 1) Data bases for accredited 2 year or 4 year graduate, professional school, and external degree programs. Info must be accessible in direct and search mode. 2) Search variable shall include: Campus activities, Control or affiliation, Admissions selectivity, Housing types available: Out of state %, Minority groups %, Cost, Geographic location, Athletic program, Organization of school year, College size, Degrees offered, Financial aid, Major fields, Community Type, Sex ratio, Accreditation, Servicemembers Opportunity Colleges, 3) College file shall contain detailed info on at least 97% of all accredited post-secondary educational institutions in the country. 4) Software shall assist in forming educational action plan. 5) A description of typical training path offered for specific occupations. 6) System shall address nontraditional educational opportunities. 7) Separate files on vocational/technical schools offering external degrees. G. ARMED SERVICES DATABASE. 1) Database must include: Branches of service, Officer/enlisted status, Armed Services Vocational Aptitude Battery occupat'l composite, Interest areas, Civilian education/training requirements, Military education/training requirements, Career ladders w/in the military, Armed Services gender restrictions, Related civilian occupations. H. FINANCIAL AID. 1) Shall provide info on a broad range of financial aid opportunities of general and specific nature. Shall be 4 software training sessions (a 1 day session lasting a minimum of 8 hours) to be provided at no add'l cost to the Govt. Training Sites will be coordinated between DANTES and Contractor. DOD will provide training facilities for each designated site. Classroom space adequate for the number of persons to be trained. DOD will also provide, at each training site, approximately one computer per 3 students to be used during the training. DANTES will assist in all scheduling and the Govt shall cover travel costs of all DOD participants. Specific scheduling of training will be done by mutual agreement between DANTES and contractor, but all training will be completed within 9 months of the award of the contract. Contractor will follow up on any canceled training sessions. The Contractor shall provide training i/a/wthe schedule below. The training curriculum and scheduling of courses for the training will be subject to mutual agreement between the contractor and the Govt. All instructors will be experienced. Training shall be geared to contractor's machine and not to basic concepts. Attendees will be provided with all appropriate manuals, text materials, and course outlines necessary for the specific training. Cost of all training listed below shall be provided at no add'l cost to the Govt. Software Usage- Place - VA; Approx # to Train: 25; Schedule: Nov/Dec; Place-Pensacola, FL; Approx # 10 train: 30; Schedule: Jan/Feb; Place: San Diego, CA; Approx. # to train: 35; Schedule: Mar/Jun; Place-Charleston, SC; Approx. # to train: 25; Aug/Sep. Schedule of training and # of personnel to be trained may be revised by the Govt, provided the Govt notifies contractor in writing of the changes, at least 30 days prior to the specific training, provided the total # of personnel to be trained does not exceed the requirements. Software Furnished. Contractor shall furnish software listed herein that are proposed/accepted by the Govt. Contractor shall support such software, including any contractor sponsored modification or revisions thereof, at no add'l cost, for the duration of the contract, including renewals and upgrades from MS-DOS to Windows and CD-ROM. Support provided will consist of correction of errors, provisions of contractor-sponsored modifications, improvements, and revisions. Modifications/ Revisions. Contractor shall furnish full documentation of all contractor changes/modifications to the software provided to meet the Govt requirements. For new software, the Govt may elect to accept the later versions of the software, and if accepted, software support will continue to be provided at no add'l cost including renewals thereof. Any reprogramming or add'l equipment required to accommodate such later version will be at Govt's expense. Software Performance. Software furnished shall conform to and perform i/a/w the Contractor's functional descriptions and data requirements and shall meet all requirements stated in the solicitation. Proposals received shall specify FOB Destination, offers other than FOB Destination shall be ineligible for award. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Eval-Commercial Items: The Govt intends to make an award to the responsible offeror whose offer conforms to the minimum technical requirements and submits the lowest overall price. The following factors shall be used to evaluate offers: price and past performance, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, Addenda to FAR 52.212-4: 52.217-9 (a) 30 days (c) 48 months, and FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders: The following numbered subparagraphs under paragraph (b) of this apply: (1), (2), (3), (6), (7), (8), (9), (10), (11), (16) and (17) ''regulatory''. The incorporated provisions and clauses are those in effect through FAC 90-37. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation are incorporated by reference: DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items, and DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: The following clauses referenced under paragraph (b) of this clause apply: 252.219-7006, 252.225-7001, and 252.233-7000. The Govt will evaluate the quality of the offerors' past performance. This eval is separate and distinct from the Contracting Officer's responsibility determination. The assessment of the offeror's past performance will be used as a means of evaluating the relative capability of the offeror and other competitors to successfully meet the requirements of the solicitation. The offeror shall describe past performance on related or similar contracts held within the last 5 years which are similar in scope, magnitude, and complexity to that which is detailed in the solicitation. Offerors who describe similar contracts shall provide a detailed explanation demonstrating the similarity of the contracts to the requirements of this solicitation. The Govt will consider Termination for Default, delinquencies, failure to comply with specifications and/or SOW requirements, cost overruns, amount of rework and any other info which reflects the overall quality of an offeror's past performance. Offeror shall provide the following info regarding past performance: Contract Number(s), Name and reference point of contact at federal, state, local Govt or commercial entity for which the contract was performed, Dollar value of contract, Detailed description of work performed, Names of subcontractor(s) used, if any, and a description of the extent of work performed by subcontractor(s), and The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the corrective action. The Govt reserves the right to obtain info for use in the eval of past performance from any and all sources, including sources outside the Govt. Offerors lacking relevant past performance history will receive a neutral rating for past performance. The proposal of an offeror with no relevant past performance history, while rated neutral for past performance, may not represent the most advantageous proposal to the Govt and may be an unsuccessful proposal when compared to the proposals of other offerors. Offerors must provide the info requested above for past performance eval or affirmatively state that they possess no relevant related or similar past performance. Offeror failing to provide the past performance info or to assert that it has no relevant related or similar past performance will be considered ineligible for award. Award will be made to the eligible, responsible offeror whose offer, conforming to the solicitation, is determined most advantageous to the Govt, price and past performance considered. The eval will consider past performance equal in importance to price. The Govt reserves the right to award the contract to other than the lowest priced offeror. As a minimum, vendors should provide this office: a price proposal on letterhead or a SF1449 for the requested items w/unit price, extended price, past performance info, prompt payment terms, remittance address, and copies of FAR 52.212-3 and DFAR 252.212-7000. Responses to this solicitation are due by COB 22 August 1996. All offers shall be sent to FISC Det Phila, M. Seifried, Code 0222C. Reference RFP N00140-96-R-2830. (0218)

Loren Data Corp. http://www.ld.com (SYN# 0465 19960806\70-0001.SOL)


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