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