Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 16,1996 PSA#1680

Division of Acquisition Management, ADP Acquisitions Branch, 5600 Fishers Lane, Parklawn Building, Room 5-95, Rockville, MD 20857

D -- RENEWAL OF SOFTWARE MAINTENANCE SOL 213-97-0002 POC Tory West, Contract Specialist, 301-443-4779 Marie Sunday, Contracting Officer, 301-443-7081. 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 Number 213-97-0002 is issued as a request for proposal (RFP) to obtain software maintenance for existing Model 204 database management system software products on a sole source basis from Praxis International, Inc., 500 Old Connecticut Path, Framingham, MA 01701. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-41. The Standard Industrial Code is 7379 with a small business size standard of $18.0M, however, this requirement is not set aside for small business. The SCHEDULE FOR SERVICES AND PRICES is: Base Period, Oct. 1, 1996 thru Sept. 30, 1997: CLIN 1, Advantage Series M204 Core System Workshop; CLIN 2, VTAM Interface; CLIN 3, ARMIS/204; Option Period One, Oct. 1, 1997 thru Sept. 30, 1998: CLIN 1, Advantage Series M204 Core System Workshop; CLIN 2, VTAM Interface; CLIN 3, ARMIS/204. Pricing proposals submitted shall reflect both a cost per month unit price and an extended total contract period amount per CLIN; a total price per contract period; and a cumulative total contract amount. Option Period One shall be footnoted to state: For each item, pricing shall be the lower of: (1)the amount set forth herein, or (2)Praxis' current maintenance fee. The software operates in an IBM ES9021/520 MVS/ESA environment located in the Program Support Center/Information Technology Service, Parklawn Building, Rockville, MD. Current hardware includes: 1-IBM 3090 Model 400J; 1-IBM ED9021 Model 520; 3390 Model A or B (DASD); NCR/COMTEN front end processors, compatible with IBM 3745; IBM 327X or compatible terminals; IBM or compatible PCs. Current host operating systems: MVS/SP ESA V4.3; DFSMS V1.1; TSO/E V2.11; ISPF/PDF V3; CICS V3.3; RACF 1.9; ACF/VTAM E V3.4.1. MAINTENANCE SERVICES: The Contractor shall provide remote access to technical support personnel through telephone assistance (i.e., hot line) for problem resolution and answering routine questions with respect to use of items supplied under this contract. The hot line services shall be available weekdays from 8:00 a.m. to 5:00 p.m. EST. The administrator for the mainframe software and other persons that may be mutually agreed upon shall be designated as authorized caller(s). The Contractor shall provide error correction services when a reported error has caused the product to be inoperable or the Government has reported that said error is substantial and material with respect to the use of the product. As expeditiously as possible, the Contractor will use its best effort to correct such error or to provide a software patch or bypass around such error. When error correction is necessary, the Government shall provide the Contractor reasonable access to designated equipment, the applicable product and all relevant documentation and records, and shall provide such reasonable assistance as the Contractor may request, including providing sample output and other diagnostic information. The Contractor shall not be responsible for correcting any errors or damage resulting from changes to or modifications of a product made by the Government or for correcting any alleged error if the Government fails to incorporate in a maintained product any update. Updates, error corrections, modifications, or enhancements to the products maintained under this contract which are developed or published by the Contractor and made generally available to other licensees of the products shall be provided to the Government at no additional cost. All error corrections and updates provided by the Contractor shall become part of the product and shall be subject to the Grant of License and all provisions related to proprietary material set forth in the license agreement dated June 28, 1985. The provision at FAR 52.212-1, INSTRUCTIONS TO OFFERORS--COMMERICAL ITEMS and following addendum applies to this acquisition: Paragraph (i) is changed to read: Not applicable to this acquisition. Interested parties shall submit offers which include the 11 items outlines in FAR 52.212-1(b). The provision at FAR 52.212-2, EVALUATION--COMMERICAL ITEMS and following addenda apply to this acquisiiton: Paragraph (a) Technical capability and past performance are of equal importance as evaluation criteria. Technical capability and past performance, when combined, are significantly more important then price. The Government intends to award a contract from this solicitation to the responsible offeror whose offer conforms to this solicitation and whose offer will be the most advantageous to the Government. Offerors shall submit a fully executed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERICAL ITEMS with their offer. FAR 52.212-4, CONTRACT TERMS AND CONDITIONS--COMMERICAL ITEMS and the following addendum apply to this acquisition: Paragraph (g), Item (5) does not apply. The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies to this acquisition. The following additional clauses set forth in Paragraph (b) of FAR 52.212-5 are incorporated by reference: 52.203-6 RESTRICTION ON SUBCONTRACTOR SALES TO THE GOVERNMENT WITH ALTERNATE I; 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY; 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS; 52.222-26 EQUAL OPPORTUNITY; 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS; 52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS; 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA; 52.225-3 BUY AMERICAN ACT-SUPPLIES; and 52.239-1 PRIVACY OR SECURITY SAFEGAURDS. The following addenda of FAR clauses are applicable to this acquisition: 52.217-5 EVALUATION OF OPTIONS; 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (Fill in blanks in the clause to read: Paragraph (a) ''30 days after receipt of fiscal year funds''; Paragraph (c) ''24 months''); and 52.232-18 AVAILABILITY OF FUNDS. Proposals shall be submitted 15 days from the date of publication, no later than 2:00 p.m. to the address stated above. Note 22 applies with the following addendum: receipt of proposals shall be within 15 days rather than 45. (0256)

Loren Data Corp. http://www.ld.com (SYN# 0016 19960913\D-0001.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page