Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 25,1997 PSA#1979

D -- 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