Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1998 PSA#2043

DFAS-Cleveland CSO, 1240 E. 9th St., Cleveland, OH 44199-2055

70 -- EC/EDI MAILBOXES SOL MDA230-98-Q*0195 DUE 031098 POC Frank T. Troha (216) 522-6600 Solicitation number MDA230-98-Q-0195 is being issued as a request for quotations (RFQ) 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 to be issued; proposals are being requested and a written solicitation will not be issued. This RFQ closes on Tuesday March 10, 1998 at 1:00 PM EST. This solicitation document and incorporated provisions and clauses are those through FAC 97-2. The Standard Industrial Classification Code is 7373. The Small Business Size is $18 M. This is a Small Business Set Aside. The requirement is for the software, software upgrades, any required hardware, maintenance and support to set up and operate 22 Electronic Data Interchange mailboxes at the Defense Mega Center (DMC) Mechanicsburg for the Standard Accounting and Reporting System (STARS). The mailboxes will be used to receive vendor invoices which are transmitted directly from vendors or Value Added Networks (VAN). The anticipated period of performance is April 1, 1998 through September 30, 1998. It is possible that up to 2 (two) option years may be added. Up to 6 additional mailboxes may be added over the course of the contract through contract modifications. The mailboxes will be used to receive vendor invoices transmitted from vendors or their Value Added Network (VAN). The data transmissions are done in ASCII format and shall use asynchronous communications to avoid intervening conversions to and from EBCDIC which can corrupt the data being transmitted. Furthermore, the mailboxes shall be capable of supporting American National Standards Institute (ANSI) X12, Versions 003010, and 003020 (the later for X12 864 Transaction Sets). In addition, Transaction Sets 997 are being transmitted and received under Versions 003010, 002000, 002003, and 002040. The transmission of non-ANSI standard Transaction Sets shall also be supported. An example of such transaction sets is the 989 Electronic Signature Transaction Sets. The mailboxes shall be accessible via dial up modem connections; modem access shall be available at various speeds, from 1200 baud up to the current maximum speed permitted by the telecommunications industry. Access to mailboxes shall use standard information protocols such as TCP/IP or the vendor shall provide compatible dial up software, which shall possess sufficient speed and reliability to support efficient government operations. The mailboxes shall provide, at the minimum, an industry standard level of security for the protection of the Government and the vendor. The preexisting security Ids that go into ISA04 shall remain the same. The product shall provide reliable storage and forwarding services for the exchange of business documents between trading partners. The contractor shall be able to continue to provide those contracted services 99 percent of the time (assuming a 24 hour operation) with no loss or degradation of service at any time. In the event of a loss of service, the contractor shall provide the problem status within one hour of the reporting of the problem to the appropriate functional area. Offerors shall provide a separate price for the following 3 (three) CLINS: CLIN 0001. Performance period April 1, 1998 through September 30, 1998. All software, software upgrades, maintenance, any required hardware and support for 22 mailboxes. CLIN 0002. Option year 1, Performance period October 1, 1998 through September 30, 1999. All software, software upgrades, maintenance, any required hardware and support for 22 mailboxes. CLIN 0003. Option year 2, Performance period October 1, 1999 through September 30, 2000. All software, software upgrades, maintenance, any required hardware and support for 22 mailboxes. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE IN LIEU OF FULL TEXT AND WILL BE PROVIDED BY THE CONTRACTING OFFICER UPON REQUEST. THE PROVISION AT FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL, APPLIES TO THIS ACQUISITION. THE CLAUSE AT FAR 52.2 12-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS; THE CLAUSE AT FAR 52.212-4, CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS; THE CLAUSE AT FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS. 52.214-31 FACSIMILE BIDS, SPECIFICALLY, THE FOLLOWING CITED CLAUSES ARE APPLICABLE TO THIS SOLICITATION: THE CONTRACTOR AGREES TO COMPLY WITH THE FOLLOWING FAR CLAUSES, WHICH ARE INCORPORATED IN THIS CONTRACT BY REFERENCE, TO IMPLEMENT PROVISIONS OF LAW OR EXECUTIVE ORDERS APPLICABLE TO ACQUISITIONS OF COMMERCIAL ITEMS: 52.222-3 CONVICT LABOR, 2.233-33 PROTEST AFTER AWARD, 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT, 52.203 -10, PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY, 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS, 52.219-14, LIMITATION ON SUB-CONTRACTING, 52.222-26 EQUAL OPPORTUNITY, 52.222-35, AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS, 52.222-36, AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS, 52.22-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA. OFFERORS MUST INCLUDE WITH THEIR OFFER A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3, OFFERORS REPRESENTATION AND CERTIFICATION- COMMERCIAL ITEMS. INTERESTED AND QUALIFIABLE OFFERS SHOULD CONTACT FRANK T. TROHA AT (216) 522-6600 FOR A COPY TO BE FAXED TO POTENTIAL OFFEROR. INCLUDE WITH YOU REQUEST YOUR NAME, COMPANY NAME, TELEPHONE AND FAX NUMBER. Evaluation Factors -- The Government will perform a "Best Value analysis" based on the following three elements listed in the order of their relative importance (most to least) 1) Total proposed cost: base year plus two option years. 2) Past performance. 3) Technical support; availability, times, staffing levels, proposed response time and proposed resolution times. The successful offeror shall be required tosubmit paper invoices quarterly in arrears to: DFAS-CL/APB ATTN: Bonnie Egan 1240 E 9th St Room 1781 Cleveland OH 44199 FOR PAST PERFORMANCE EVALUATION, OFFERORS MUST SUBMIT THREE REFERENCES FROM ANY COMPANY/GROUPS WHO UTILIZED YOUR SERVICES FOR THIS SPECIFIC TYPE OF CONTRACT WITHIN THE LAST TWO YEARS. PROVIDE BUSINESS NAME, CONTACT NAME, TELEPHONE AND FAX NUMBER. THE CONTRACTING OFFICE WILL MAKE INQUIRY WITH REFERENCES. AWARD WILL BE EVALUATED IAW FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS. AWARD WILL BE BASED ON THE EVALUATION FACTORS, INCLUDING THE REPORTS FROM REFERENCES. THE CONTRACTING OFFICER MAY AWARD WITHOUT DISCUSSION AFTER INITIAL EVALUATION OF OFFERS. WRITTEN QUOTATIONS MAY BE MAILED OR FAXED TO THE POINT OF CONTACT: DFAS-CL/CSO 1240 E 9TH ST ROOM 2701 ATTN: FRANK T. TROHA CLEVELAND OH 44199-2055, FAX NUMBER (216) 522-6352. PROPOSALS (OFFERS) SHALL BE RECEIVED AT THE ABOVE LOCATION NO LATER THAN TUESDAY MARCH 10, 1998 AT 1:00 PM EST. (0058)

Loren Data Corp. http://www.ld.com (SYN# 0317 19980303\70-0004.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page