Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1998 PSA#2022

Space and Naval Warfare Systems Command, 4301 Pacific Highway, San Diego, CA 92110-3127

D -- INFORMATION TECHNOLOGY SUPPORT SERVICES (ITSS) BLANKET PURCHASE AGREEMENTS (BPAS) SOL N00039-98-R-0036 DUE 021798 POC Carla Brown/SPAWAR 02-31B, (619) 524-7204 E-MAIL: Click here to contact the contract specialist via e-mail., browncar@spawar.navy.mil. The Navy intends to award additional Blanket Purchase Agreements (BPAs) under its Information Technology Support Services (ITSS) program. The ITSS program is managed by the Space and Naval Warfare Systems Command (SPAWAR). It provides DoD with a wide selection of firms with outstanding capabilities in the following types of ITSS: development, maintenance, studies and analyses, evaluation, planning, testing, training, and Y2K. Primarily intended for DoD, the program is also open to other Government agencies. Current BPAs are available for review at http://itec.part.net/its/its_ about.html. Although these BPAs state that the scope of the effort to be performed under the BPAs is worldwide, small businesses who respond to this request for information will not be required to perform work outside of the United States. The current BPAs also require that all prime contractors maintain an Internet homepage of their services for marketing purposes. Prime contractors that respond to this request will be encouraged to maintain an Internet homepage. Additionally, the Program Management Office (PMO) will work with the prime contractors to establish a Web presence on Information Technology Electronic Commerce-Direct (ITEC-Direct). An award under the ITSS BPA program does not ensure that any orders will be placed. It can, however, assist a firm in marketing its services by providing using agencies with an administratively simplified means of issuing orders. The Navy currently plans a maximum of three additional BPAs. Consideration for these BPAs will be limited to current holders of GSA's schedule "Group 70, Information Technology Multiple Award Schedule" who are small businesses as of 17 February 1998. Offerors are free to enter into "Teaming Partner arrangements", in which a potential Prime Contractor agrees with one or more other companies to have them act as its subcontractors under its BPA (See FAR 9.6). Each Prime Contractor shall be fully responsible for performance regardless of any teaming arrangements. Each Teaming Partner must also be a holder of GSA's Group 70 schedule as of 17 February 1998. In accordance with FAR 52.219-14, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the Prime Contractor. Only one response is allowed from a team and shall be submitted by the Prime Contractor rather than from various team members. To be considered for an award, firms meeting these conditions must provide the following information for itself and each Teaming Partner by 17 February 1998: 1. Orders/contracts received within the last three years for providing DoD with ITSS, with a Government point of contact who can provide information about the quality of support provided. Provide a brief (one line) description for those orders/contracts best illustrating the firm's ability to provide state of the art support to DoD programs and organizations. This may not exceed one page per firm and is to be in Microsoft Word, Version 7 or earlier. 2.Dollar amount of Government sales by year for the past three years. Provide subtotals for each DoD agency. Briefly describe the firm's inended means of publicizing its services to potential DoD users, if awarded a BPA. Summarize the capabilities of the firm which will be most important in attracting DoD business. This may not exceed two pages per firm and is to be in Microsoft Word, Version 7 or earlier. 3. Describe the personnel and physical resources of the firm-numbers and kinds of technical personnel to be made available to BPA users; location of facilities; any special capabilities such as ability to perform highly classified work. This may not exceed one page per firm and is to be in Microsoft Word, Version 7 or earlier. 4. Provide two copies of the firm's and any teaming partners' current GSA schedules for ITSS, annotated with price reductions to be afforded BPA users. The annotated prices will include a 1.5% Acquisition, Contracting and Technical (ACT) fee. If teaming arrangements are intended but cannot be finalized before the due date for responses under this request, the Prime Contractor shall address its intent to enter into any teaming arrangements and will provide a summary of the additional labor categories to be proposed by a potential teaming partner. This maynot exceed one page per potential teaming partner. The annotated prices are to be in Microsoft Excel. Submittals to this request are due by 2:00 Pacific Standard Time on 17 February 1998. Electronic submittals may be made to the following address: browncar@spawar.navy.mil. Facsimile submittals are acceptable if received by the deadline and may be sent to (619)524-7158/2730. However, respondents are hereby notified that the Government has limited capability to receive faxes, and lines may be in use to an extent that may make it impossible to meet the submittal deadline. Submittal by the deadline is necessary to be considered for award, so it is recommended that offerors not rely solely on facsimile transmission. The Navy will evaluate this information to identify the best qualified firms. Selection of one or more firms may be made based solely on this submittal, but the Navy anticipates it will be necessary to obtain additional information from a small number of the best qualified firms responding to this intitial request. Information from this submittal will be used to evaluate firms under the following criteria: Past performance -- this will include evaluation of the information requested above Depth and breadth of technical expertise needed by DoD -- this will include evaluation of labor categories proposed from both the prime offeror and any teaming partners Price -- this will include evaluation of the prices submitted for the prime offeror and any teaming partner. These prices will include the 1.5% ACT fee and any discounts. Any future updates to this notification and all future requests for information will be posted on SPAWAR's home page http://raven.spawar.navy.mil. Note 1 applies. (0028)

Loren Data Corp. http://www.ld.com (SYN# 0035 19980130\D-0008.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page