|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 25,1997 PSA#1979D -- FISC NORFOLK DETACHMENT PHILADELPHIA, 700 ROBBINS AVE., BLDG. 2B,
PHILADELPHIA, PA 19111-5084 D -- SOFTWARE LICENSE/MAINTENANCE/TECHNICAL SERVICES SOL
N00140-98-R-0228 DUE 120997 POC POC EILEEN FLANIGAN, CONTRACT
SPECIALIST, 215-697-9636, CONTRACTING OFFICER J. J. SWIZEWSKI,
215-697-9636 E-MAIL: CLICK HERE TO CONTACT THE BID OFFICER,
SYNOPSIS@PHIL.FISC.NAVY.MIL. This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in Subpart
12.6, as supplemented with additional information contained in this
notice. This acquisition is being acquired on an Other Than Full and
Open Competitive Basis purusant to FAR 6.302-1 with KIVA Software
Corporation or authorized resellers of the required software products.
KIVA Software Corporation and authorized resellers are the only
sources who can provide the required software licenses and the required
software license maintenance. This announcement constitutes the only
solicitation; quotes are being requested and a written request for
quotation will not be issued. Delivery is required 30 days after date
of contract. Product Support is required as defined by KIVA Software
Corporation's silver support for a period of one year to include
Security,security of Internet/Intranet and Technical Services. The
technical services are required over the one year period to acquire
knowledge tranfer, guidance and assistance with KIVA Products, tools
and technologies. Award will result in a firm fixed price IDIQ
contract. Estimated Quantities,Base Year, CLIN 0001 UNIX Index Servers
(3 ea) CLIN 0002 KIVA Session Server (2 EA), CLIN 0003 Windows NT
Document Servers variable based upon scale (23 ea), CLIN 0004 UNIX
Document Server (1 ea), CLIN 0005 Developer copies of KIVA SDK (2 ea),
Option I, CLIN 0006 Unix Index Servers (2 ea), CLIN 0007 KIVA Session
Servers (2 ea), CLIN 0008 Windows NT Document Servers (20 ea), Option
II, CLIN 0009 Unix Index Servers (2 ea), CLIN 0010 KIVA Session
Servers (2 ea), CLIN 0011 Windows NT Document Servers (20 ea), Option
III, CLIN 0012 Unix Index Servers (2 ea), CLIN 0013 KIVA Session
Servers (2 ea), CLIN 0014 Windows NT Document Servers (20 ea).
Deliveries shall be made 30 days after date of contract to Defense
Logistics Agency (DLA), 8725 John J Kingman Road, Ste 1246 (CAN), Ft
Belvoir, VA 22060-6221, DLA subordinate locations worldwide and DoD
Procurement Offices. This solicitation and incorporated provisions and
clauses are those in effect through FAC 90-45. The following FAR
provisions 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 will award a
contract resulting from this solicitation to the responsible offeror
who offer conforms to the solicitation, is determined most advantage to
the Government price and technical considered. The evaluation will
consider technical equal in importance to price. The following factors
will be used to evaluate offers: price and technical. The technical
evaluation factor is past performance. FAR 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items. The following numbered subparagraphs under
paragraph (b) of this apply: (1), (2), (3), (6), (7), (8), (9), (10),
(11), (15), (16) and (17). The following DFAR provisions and clauses
apply to this solicitation and are incorporated by reference. DFAR
252.212-7000 Offeror Representations and Certifications-Commercial
Items and 252.212-7001 Contract Terms and Conditions required to
Implement Statutes Applicable to Defense Acquisitions of Commercial
Items. Offerors should describe the risks associated with the SOW;
describe any techniques, methods, and actions that will be used by the
offeror to mitigate the risk(s) identified in the SOW and in the
offeror's proposed technical approach and provide an explanation of
whether the techniques and methods identified for risk mitigation have
been successfully used by the offeror. The Government will evaluate
the quality of the offeror's past performance in distinct and separate
evaluation from the Contracting Officer's responsibility
determination. The assessment of the offeror's past performance will be
used as means of evaluating the relative capability of the offeror and
other competitors to successfully meet the requirements of the
solicitation. The offeror shall describe its past performance on
directly related or similar contracts held within the last five (5)
years which are of similar scope, magnitude and complexity to that
which is detailed in the solicitation. Offeror which describe similar
contracts shall provide a detailed explanation demonstrating the
similarity of the contracts to the requirements of the 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 information which reflects the
overall quality of the offeror's past performance. The offeror shall
provide the following information regarding past performance. Contract
number(s), name and reference POC at the federal, state or local gov't
or commercial entity for which the contract was performed, dollar value
of the contract, detailed description of the work performed, names of
subcontractor(s) and 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. However, 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 thus may be an unsuccessful proposal
when compared to the proposal of other offerors. The offeror must
provide the information requested above for the past performance
evaluation or affirmatively state that it possesses no relevant
directly related or similar past performance. An offeror failing to
provide the past performance or to assert that it has no relevant
directly related or similar past performance will be considered
ineligible for award. 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 company letterhead or SF
1449 for the requested items showing unit price, extended price,
technical information, delivery mechanism, past performance, prompt
payment terms, remittance address and copies of FAR 52.212-13 and DFAR
252.212-7000 to be provided to an offeror upon request, Responses to
this solicitation are due close of business 9 December 1997. All offers
shall be sent to FISC Philadelphia, attn: Ms. Eileen Flanigan code
02P22B and should reference solicitation N00140-98-R-0228. (0325) Loren Data Corp. http://www.ld.com (SYN# 0025 19971125\D-0005.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|