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