Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1997 PSA#1917

Department of the Treasury, U.S. Customs Service, Procurement Division, Room 4210, 1301 Constitution Ave., NW, Washington, DC 20229

D -- ENTERPRISE MAINTENANCE FOR COMPUTER ASSOCIATES SOFTWARE PRODUCTS SOL CS-97-038 DUE 090997 POC Mark Weinstein, Contract Specialist, 202-927-0567; Michael Rebain, Contracting Officer, 202-927-0598 This synopsis is a modification to the Commerce Business Daily synopsis published on Friday August 8, 1997. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 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. The solicitation, CS-97-038, is issued as a request for proposals (RFP). The solicitation/contract will include all applicable clauses and provisions in efect through FAC 90-46. The U.S. Customs Service requires enterprise-wide maintenance, based upon mainframe computer MIPS (millions of instructions per second) for Computer Associates, Inc. Software Products in support of the day-to-day operations of the U.S. Customs Service Data Center located in Newington, VA. The offeror shall provide software maintenance (new releases, sofrware corrections, new features/capabilities and telephone and online support) in support of Customs mission critical and non-mission critical computer applications. This support shall be provided 24 hours per day, 7 days per week. The offeror shall support approximately 45 Computer Associates software products relating to database management, production management, network management, end-user query, systems management and configuration management. Specifically, the offeror shall support CA/DataCom, CA-Auto Operations products, CA-1, CA-7, CA-11, CA-Dispatch, CA-APCDOC, CA-Easytrieve, CA-Email+, CA-Endevor, CA-Examine, CA-Intertest, CA-JCLCHECK, CA-Librarian, CA-LOOK, CA-SYSVIEW, CA-Multi-Image Manager, CA-NETMAN and related componennts, CA-9R+, CA-OptimizerII, CA-Prevail Automation Point, CA-Panaudit,CA-Phoenix, CA-ROSCOE, CA-SORT and CA-TPX. The offeror must provide as part of its proposal descriptive technical literature, a brief technical proposal describing the service, financial capability information (i.e. financial statements, annual reports, etc.), past performance information, commercial pricelists, pricing information, software licensing documents etc. which would attest to the capability of your firm's ability to meet the Government's requirement. A firm fixed price contract with four option years is planned. 52.213-2, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions, Commerical Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply to the resultant contract: 52.203-6, 52.203-10, 52.219-9, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-9, 52.225-18, 52.225-19, and 52.225-21. All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications- Commercial Items in its response to this RFP. This requirement will be conducted as a commerical item acquisition pursuant to FAR Part 12 with the contract containing the applicable provisions and clauses for conducting, evaluating, and awarding a conttract for a commercial item. Since this is a commercial item acquisition, FAR 12.603(c)(3)(ii) will be used for establishing the solicitation response time, rather than the time established in Note 22, which in this instance is not applicable to this commercial item acquisition. Offers in response to RFP CS-97-038 should be transmitted to Mr. Mark Weinstein, Contract Specialist, U.S. Customs Service DY, 1301 Constitution Avenue, Room 4210, Washington, DC 20229, Fax No. 202-927-1190, Internet E-Mail Address Mark.Weinstein.@Customs.Sprint.Com. Facsimile and InternetE-mail offers will not be accepted. Offers are due to the Contracting Officer on September 9, 1997, 3:00 p.m. EDT at the address set forth in the previous sentence. Offerors must provide as part of their proposal past performance information (at least three (3) projects over the past three (3) years) of the same or similar services with references in order for Customs to validate the past performance. Y2K clauses shall be included as part of any contract resulting from this acquisition. With respect to source selection, Customs will make an award to the technically acceptable proposal with the lowest evaluated price of proposals meeting or exceeding the acceptability standards for noncost factors. The following factors establish the requirements of technical acceptability: Technical Capability (Full Compliance with the essential physical characteristics set forth in the narrative contained in these synopses); Satisfactory Past Performance (as measured by quality of product, timeliness of delivery and commitment to customer satisfaction); Price will be evaluated to ensure fairness and reasonableness. In regards to options, the Government will evaluate offers for award purposes by adding the total price for all options to the total price of the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). All responsible sources may submit an offer which will be considered. (0234)

Loren Data Corp. http://www.ld.com (SYN# 0047 19970826\D-0017.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page