Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19,1996 PSA#1683

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

70 -- ADP SOFTWARE SOL N00140-96-R-3551 DUE 071096 POC Barry Jones, Contract Negotiator, (215) 697-9577. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement and only this announcement constitutes the solicitation for the required items. Proposals are hereby requested under Request For Proposal (RFP) N00140-96-R-3551, a subsequent solicitation document will not be issued. This acquisition is restricted to the software manufacturers or an authorized dealer of the software since they are the only sources who can provide the required software licenses (FAR 6.302-1). FISC Norfolk Det Philadelphia intends to purchase, on a sole source basis, licenses to Exceed/W for Windows, version 5.01 (50 User). Award of a firm fixed price, indefinite delivery indefinite quantity, contract is contemplated. The standard industrial classification code is 7372. Item 0001 is for Licenses to Exceed/W for Windows, version 5.01 (50 User). Estimated Quantity: 150 each. Deliveries shall be made to the Naval Management Systems Support Office (NAVMASSO) during the two year term of this contract. All 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 Evaluation-Commercial Items: The Government intends to make an award to the eligible, responsible offeror whose offer is the lowest priced and conforms to the solicitation, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, 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), and (17) ''regulatory''/not applicable. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 90-39. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and 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: 252.225-7012 and 252.233-7000. The Government will evaluate the quality of the offerors' past performance. This evaluation 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 Government 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 contract at federal, state local Government 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 Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources, including sources outside the Government. 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 Government and may be an unsuccessful proposal when compared to the proposals of other offerors. Offerors must provide the information requested above for past performance evaluation or affirmatively state that they possess no relevant related or similar past performance information 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 Government, price and past performance considered. The evaluation will consider past performance equal in importance to price. The Government reserves the right to award the contract to other than the lowest priced offeror. Vendors wishing to respond to this solicitation should provide this office with the following as a minimum: a price proposal on letterhead or a SF1449 for the requested items showing unit price, extended price, prompt payment terms, remittance address, and copies of FAR 52.212-3 and DFAR 252.212-7000, to be provided to an offeror upon request. Responses to this solicitation are due by 4:00 PM EST on 7 October 1996. All offers shall be sent to FISC Norfolk Det Philadelphia, to the attention of Karolyn Allen, and should reference RFP N00140-96-R-3551. Faxed quotes shall be accepted at (215) 697-9739. SYN #468. (0261)

Loren Data Corp. http://www.ld.com (SYN# 0262 19960918\70-0001.SOL)


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