|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 23,1997 PSA#1957U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar
Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 70 -- HARDWARE MAINTENANCE SOL RFQ 80001 DUE 120997 POC Michael J.
Young, Jr., Contract Specialist, (304) 625-3910 (i) 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. The announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. This solicitation is being issued as
Request for Quotation (RFQ) # 80001. (ii) The FBI intends to negotiate
on a sole-source basis with Cylink. No solicitation package is
available. (iii) The solicitation document and incorporated provisions
and clauses are those in effect through FEDERAL ACQUISITION CIRCULAR
90-45. (iv) This solicitation is under the Simplified Acquisition
Procedures (SAP). Standard Industrial Classification is 7378 and the
small business size standard is $18.0 million in annual receipts. This
will be a Firm-Fixed contract. (v) The Government intends to negotiate
on a sole source basis with Cylink, 8229 Boone Blvd., Suite 650,
Vienna, VA 22182 for the maintenance of 110 Cylink Frame Relay
Encryption Units. The Criminal Justice Information Service Division
currently has 80 Cylink Frame Relay Encryption Units, over 50 of these
are deployed to remote locations, supporting over 200 logical remote
links. If a Cylink encryption unit goes down, the affected remote links
are down until a replacement unit is sent out. Only Cylink can provide
direct access and solutions that may involve product hardware and
software modifications. (vi) Maintenance shall be on a monthly basis
for the period from date of contract award or expiration of warranty
through September 30, 1998, with four additional one-year periods. The
FBI requires the option to increase/decrease the quantities of any of
the maintenance at any time during the contract life. Description of
the maintenance service to be acquired: The Contractor shall furnish,
as required, maintenance at the FBI location in WV. The Contractor
shall provide on-call maintenance service within a twenty- four hour
response time on a 24-hour-per-day, seven-days-per-week basis,
including holidays. Contractor personnel performing under the resulting
contract shall meet the FBI's security clearance process. (vii)
Maintenance shall be for the period from date of contract award through
September 30, 1998. Maintenance shall be performed at the Federal
Bureau of Investigation, Criminal Justice Information Services Division
Complex, 1000 Custer Hollow Road, Clarksburg, West Virginia 26306, and
shall be F.O.B Destination. (viii) FAR 52.212-1, Instruction to
offerors -- Commercial, is incorporated by reference and applies to
this acquistion. ADDENDUM FAR 52.212-1 Para. (B) Submit three copies of
signed and dated offer. ADDENDUM FAR 52.212-1 Para (B) (4) Offers shall
include a detailed description of the terms and conditions for
performance of the maintenance. (ix) FAR 52.212-2, Evaluation --
Commercial Items is incorporated by reference and applies to this
acquisition. ADDENDUM FAR 52.212-2 Para. (A) The following factors, in
descending order of importance, shall be used to evaluate offers:
technical capability, price, and past performance. Technical and past
performance, when combined are more important than price. (x) Offerors
shall include a completed copy of the provision at 52.212-3, Offeror
Representations and Certifications -- Commercial Items, with its offer.
(xi) FAR 52.212-4, Contract terms and Conditions -- Commercial Items,
is incorporated by reference and applies to this acquisition and
resulting contract type: The resulting contract will be firm, fixed
price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required
to Implement Statutes or Exective Orders -- Commercial Items, is
incorporated by reference . (xiii) Additional requirements: N/A. (xiv)
DPAS rating: N/A. (xv) CBD Numbered Notes: See Note 22. (xvi) Three
copies of the technical and one copy of the cost proposals are due by
4 p.m. local time, December 9, 1997, at the Federal Bureau of
Investigation, Information Technology Contracts Unit, 1000 Custer
Hollow Road, Clarksburg, West Virginia 26306, Attention: Michael J.
Young Jr., Module D3. For past performance evaluation, offerors shall
provide names, addresses, and telephone numbers of three customers,
Government and commercial, that have maintenance supplied for the same
or similar equipment during the past two years. Offerors shall
acquaint themselves with the new regulations concerning Commercial
Items acquisition contained at FAR Subpart 12 and shall ensure that all
Representations and Certifications are executed and returned as
required in this synopsis/solicitation. (xvii) Name and telephone
number of individual to contact for information regarding the
solicitation: Michael J. Young Jr., (304) 625-3910. A technically
acceptable proposal must clearly show that the offeror can meet the
minimum requirement of the Government. (0294) Loren Data Corp. http://www.ld.com (SYN# 0202 19971023\70-0001.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|