Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 14,1998 PSA#2073

Deputy Chief of Staff for Contracting, US Army Space Command, Attn: MOSC-SC, 1670 N. Newport Road, Colorado Springs, CO 80916-2749

70 -- SGI OCTANE COMPUTER SYSTEMS SOL DASG62-98-R-0006 DUE 042498 POC Diane L. Rayburn 719-554-8824 WEB: CLICK HERE FOR SOW, http://www.armyspace.com. E-MAIL: CLICK HERE TO E-MAIL CONTRACT SPECIALIST, rayburnd@arspace-emh2.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 12.6, as supplemented with additional information included in this notice. Due to the size of the Statement of Work (SOW), only an overview of the requirements are set forth herein. The full text of the SOW can be found on our Homepage at WWW.ARMYSPACE.COM under Contracting and then OCTANE and is herewith incorporated as part of the entire solicitation package in the same force and effect as if has been included in the text of this solicitation. Proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Proposal (RFP) Number DASG62-98-R-0006 as a full and open competition. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. The Standard Industrial Classification Number is 3571, and the Business Size Standard is 1000 employees. DESCRIPTION: The offeror shall provide four fully integrated Space Support Platform Plus (SSP+) which are comprised individually of one SGI Octane MXE (and associated parts/components) hardware platform, COTS software packages and carrying cases as set forth in the SOW. The contractor shall provide a one-year warranty/extended maintenance support for both hardware and software as set forth in the SOW. Third party memory is not preferred, however, if accepted, shall have a lifetime warranty. Offerors shall structure their proposal to include a price (Base Price -- CLIN 0001) for 2 each fully integrated SSP+, and separate pricing for 2 additional SSP+ set forth as Option 1 (CLIN 0002) and Option 2 (CLIN 0003), with each option containing one fully integrated SSP+. The options shall be established such that the Government can unilaterally exercise the option(s) at the price offered/awarded within 12 months from date of contract award. It is likely that each option may be exercised independently. The first 2 SSP+ (base price) are desired to be delivered FOB Destination no later than 15 July 1998 which presumes contract award no later than 1 May 1998. The required delivery (base price) is FOB Destination no later than 15 August 1998. Delivery of each Option, shall be no later than 90 calendar days after exercise of the option. Note, for the first two SSP+ (base price), a staggered delivery schedule is acceptable in so much as the last unit delivered meets or exceeds the required delivery date. Delivery/Acceptance point is HQ US Army Space Command, 1670 N. Newport Road, Colorado Springs, Colorado 80916, or at the Government designated testing facility. Government workdays (for receiving purposes) are between the hours of 0800 and 1600 MT. Note, the Government requires on-site testing of the fully integrated system(s) by a Government selected, independent testing organization. See the SOW for additional information. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers -- Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. Any interested/qualified sources that believe they can provide the required equipment must respond no later than 2:00 PM, Mountain Time, 24 April 1998. All such responses will be evaluated IAW FAR 52.212-2, Evaluation -- Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Technical Capability -- ability to provide the products stated herein of the same or better functional, physical and performance characteristics; (2) Schedule -- ability to meet or exceed required delivery dates; (3) Past Performance -- ability to consistently deliver and maintain, during term of warranty, quality products and technical support in a timely manner, and (4) Total Proposed Price, inclusive of warranty price -- most advantageous price considering all other factors. Evaluation criteria is listed in descending order of importance. Proposal Preparation Instructions: The Offeror shall clearly articulate how the requirements set forth herein will be met to include: source of products/materials; design plan which demonstrates how the "boxes" will be integrated into the carrying cases, describes cabling and external "jack" locations, and articulates the version numbers of each software package to be integrated; an integration plan that clearly states how integration will be accomplished; a test plan that details the contractor's test approach; and, a delivery schedule which depicts the offeror's delivery schedule for the first 2 SSP+ (base price). The Offeror shall provide a minimum of 3 references to which the same or similar products and services have been delivered within the last 2 years. References shall include the product/services delivered, contract number, date of contract award, date of acceptance by the receiving organization, contracting office point of contact, technical office point of contact, current telephone and fax numbers for both, and statement regarding problems with the product/services, contract and/or delivery. The Government will only consider the information provided in the offeror's proposal, as such, it is incumbent upon the offeror to provide detailed information substantiating their approach, claims and prices. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth herein for evaluation (considering the format and minimum content requirements prescribed) may render the offer nonresponsive. Alternative proposals which offer other than that set forth in the SOW shall be submitted in the same format as set forth herein and shall articulate the value added, risk inherent, risk mitigation and compatibility with other SSP of the configuration set forth in the SOW. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with theiroffer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.217-5, Evaluation of Options, 52.217-7, Option for Increased Quantity-Separately Priced Line Items (exercise within 12 months of contract award), 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, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.225-3, Buy American Act -- Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs provisions 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data -- Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army Space Command, ATTN: SMDC-AR-CM, 1670 N. Newport Rd, Colorado Springs, Colorado 80916. All RFP's not sent through the US Mail will be considered hand carried and subject to FAR 15.412. Proposals may be submitted by facsimile, however, it is the responsibility of the Offeror to ensure receipt of the entire proposal to include supporting data (catalog cut sheets, past performance information, etc) -- see also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are responsible for ensuring proposals are received no later than 2:00 PM MT, 24 April 1998. The point of contact for all information regarding this acquisition is Diane Rayburn at (719) 554-8824, e-mail at RAYBURND@ARSPACE-EMH2.ARMY.MIL. (0100)

Loren Data Corp. http://www.ld.com (SYN# 0325 19980414\70-0004.SOL)


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