|
COMMERCE BUSINESS DAILY ISSUE OF MAY 18,1998 PSA#2097FISC NORFOLK DETACHMENT PHILADELPHIA, 700 ROBBINS AVE., BLDG. 2B,
PHILADELPHIA, PA 19111-5084 D -- SOFTWARE LICENSE/MAINTENANCE/TECHNICAL SERVICES SOL
N00140-98-R-2139 DUE 052998 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 announcement constitutes the only solicitation; proposal
are being requested and a written solicitation will not be issued.
Solicitation N00140-98-R-2130 is issued as a Request for Proposal. This
acquisition is restricted to the software Publishers or distributors
for electronic distribution of the software products since they are the
only sources able to provide the required licenses, software upgrade
licenses, maintenance and technical services. Software licenses,
maintenance and services are required for 12 month base year and 4 one
year renewal options. All software licenses, upgrades, and new
versions must be provided via Electronic Software Delivery method using
encryption approved by the respective software publishers. Four hard
copies of media and documentation shall be required for each software
product initially and as products are revised or updated. Technical
Support shall be provided for National Imagery and Mapping Agency
(NIMA). Support is required for the base year and each option of the
contract. The following support items are required for the base year
and each option: A designated Technical Account Manager, 24X7 technical
service, premier service desk, 20 technical support incidents per year,
technical issue evaluation, one on-site orientation & planning service,
one supportability review per year (3-day site), one scheduled on-site
TAM visit per quarter and two subscriptions of TechNet and two MSDN
library. Award will result in a firm fixed price contract. Estimated
Quantities, Base Year: CLIN 0001 Maintenance of MS Office Standard,
2000 EA, CLIN 0002 Maintenance of MS Office Professional, 3375 EA, CLIN
0003 Maintenance of MS Windows 32-bit OS, 3375 EA, CLIN 0004
Maintenance of MS Project, 1100 EA, CLIN 0005 Maintenance of Claris
FileMaker, 2600 EA, CLIN 0006 New License of Claris FileMaker Pro
Server, 10 EA, CLIN 0007 Maintenance of Claris File Maker Pro Server,
10 EA, CLIN 0008 Maintenance of Claris Draw, 1200 EA, CLIN 0009 New
License of Norton Utilities, 100 EA, CLIN 0010 Maintenance of Norton
Utilities, 200 EA, CLIN 0011 Maintenance of WIN NT Client Access, 5375
EA, CLIN 0012 Maintenance of Windows NT Adv Server, 150 EA, CLIN 0013
Maintenance of NT File and Print Services for Netware, 150 EA, CLIN
0014 New License of Quota Advisor, 150 EA, CLIN 0015 Maintenance of
Quota Advisor, 150 EA, CLIN 0016 Maintenance of Cheyenne ArcServer 6,
150 EA, CLIN 0017 Cheyenne Database Agent/Exchange, 29 EA, CLIN 0018
Maintenance of Cheyenne Database Agent/SQL, 31 EA, CLIN 0019 New
Licenses Maintenance of Cheyenne Database Agent/Open Files, 150 EA,
CLIN 0020 Maintenance of Cheyenne Database Agent/Open Files, 150 EA,
CLIN 0021 Maintenance of MS Back Office, 36 EA, CLIN 0022 Maintenance
of MS Back Office -- Client, 235 EA, CLIN 0023 New License SMS Client,
375 EA, CLIN 0023 Maintenance of SMS Client, 5375 EA, CLIN 0024
Maintenance of SQL Client, 100 EA, CLIN 0025 New License of MapInfo,
300 EA, CLIN 0026 Maintenance of MapInfo, 600 EA, CLIN 0027 New License
of ProcommPlus, 400 EA, CLIN 0028 Maintenance of ProcommPlus, 700 EA,
CLIN 0029 Upgrade of Perform/FormFlow, 375 EA, CLIN 0030 Maintnenace of
Perform/FormFlow, 4375 EA, CLIN 0031 New License of WinZip,400 EA, CLIN
0032 Maintenance of WinZip, 400 EA. Estimated Quantities: Option I CLIN
0033 Maintenance of MS ffice Standard, 1500 EA, CLIN 0034 Maintenance
of MS Office professional, 5000 EA, CLIN 0035 Maintenance of MS Windows
32-bit OS, 5000 EA, CLIN 0036 Maintenance of MS Project, 1500 EA, CLIN
0037 Maintenance of Claris FileMaker, 3200 EA, CLIN 0038 Maintenance
of Claris File Maker Pro Server, 10 EA, CLIN 0039 Maintenance of Claris
Draw, 1400 EA, CLIN 0041 Maintenance of Norton Utilities, 200 EA, CLIN
0042 Maintenance of WIN NT Client Access, 6500 EA, CLIN 0043
Maintenance of Windows NT Adv Server, 150 EA, CLIN 0044 Maintenance of
NT File and Print Services for Netware, 150 EA, CLIN 0045 Maintenance
of Quota Advisor, 150 EA, CLIN 0046 Maintenance of Cheyenne ArcServer
6, 150 EA, CLIN 0047 Cheyenne Database Agent/Exchange, 29 EA, CLIN
0048 Maintenance of Cheyenne Database Agent/SQL, 31 EA, CLIN 0049
Maintenance of Cheyenne Database Agent/Open Files, 150 EA, CLIN 0050
Maintenance of MS Back Office, 36 EA, CLIN 0051 Maintenance of MS Back
Office -- Client, 235 EA, CLIN 0052 New License SMS Client, 1125 EA,
CLIN 0053 Maintenance of SMS Client, 6500 EA, CLIN 0054 Maintenance of
SQL Client, 100 EA, CLIN 0055 Maintenance of MapInfo, 600 EA, CLIN
0056 Maintenance of ProcommPlus, 700 EA, CLIN 0057 Upgrade of
Perform/FormFlow, 1125 EA, CLIN 0058 Maintnenace of Perform/FormFlow,
5500 EA, CLIN 0059 Maintenance of WinZip, 400 EA. Estimated Quantities:
Option II, CLIN 0033 Maintenance of MS Office Standard, 200 EA, CLIN
0034 Maintenance of MS Office Professional, 6300 EA, CLIN 0035
Maintenance of MS Windows 32-bit OS, 6300 EA, CLIN 0036 Maintenance of
MS Project, 1500 EA, CLIN 0037 Maintenance of Claris FileMaker, 3200
EA, CLIN 0038 Maintenance of Claris File Maker Pro Server, 10 EA, CLIN
0039 Maintenance of Claris Draw, 1400 EA, CLIN 0041 Maintenance of
Norton Utilities, 200 EA, CLIN 0042 Maintenance of WIN NT Client
Access, 6500 EA, CLIN 0043 Maintenance of Windows NT Adv Server, 150
EA, CLIN 0044 Maintenance of NT File and Print Services for Netware,
150 EA, CLIN 0045 Maintenance of Quota Advisor, 150 EA, CLIN 0046
Maintenance of Cheyenne ArcServer 6, 150 EA, CLIN 0047 Cheyenne
Database Agent/Exchange, 29 EA, CLIN 0048 Maintenance of Cheyenne
Database Agent/SQL, 31 EA, CLIN 0049 Maintenance of Cheyenne Database
Agent/Open Files, 150 EA, CLIN 0050 Maintenance of MS Back Office, 36
EA, CLIN 0051 Maintenance of MS Back Office -- Client, 235 EA, CLIN
0053 Maintenance of SMS Client, 6500 EA, CLIN 0054 Maintenance of SQL
Client, 100 EA, CLIN 0055 Maintenance of MapInfo, 600 EA, CLIN 0056
Maintenance of ProcommPlus, 700 EA, CLIN 0057 Upgrade of
Perform/FormFlow, 1000 EA, CLIN 0058 Maintnenace of Perform/FormFlow,
6500 EA, CLIN 0059 Maintenance of WinZip, 400 EA. Estimated Quantities:
Option III CLIN 0033 Maintenance of MS Office Standard, 200 EA, CLIN
0034 Maintenance of MS Office Professional, 6300 EA, CLIN 0035
Maintenance of MS Windows 32-bit OS, 6300 EA, CLIN 0036 Maintenance of
MS Project, 1500 EA, CLIN 0037 Maintenance of Claris FileMaker, 3200
EA, CLIN 0038 Maintenance of Claris File Maker Pro Server, 10 EA, CLIN
0039 Maintenance of Claris Draw, 1400 EA, CLIN 0041 Maintenance of
Norton Utilities, 200 EA, CLIN 0042 Maintenance of WIN NT Client
Access, 6500 EA, CLIN 0043 Maintenance of Windows NT Adv Server, 150
EA, CLIN 0044 Maintenance of NT File and Print Services for Netware,
150 EA, CLIN 0045 Maintenance of Quota Advisor, 150 EA, CLIN 0046
Maintenance of Cheyenne ArcServer 6, 150 EA, CLIN 0047 Cheyenne
Database Agent/Exchange, 29 EA, CLIN 0048 Maintenance of Cheyenne
Database Agent/SQL, 31 EA, CLIN 0049 Maintenance of Cheyenne Database
Agent/Open Files, 150 EA, CLIN 0050 Maintenance of MS Back Office, 36
EA, CLIN 0051 Maintenance of MS Back Office -- Client, 235 EA, CLIN
0053 Maintenance of SMS Client, 6500 EA, CLIN 0054 Maintenance of SQL
Client, 100 EA, CLIN 0055 Maintenance of MapInfo, 600 EA, CLIN 0056
Maintenance of ProcommPlus, 700 EA, CLIN 0057 Upgrade of
Perform/FormFlow, 1000 EA, CLIN 0058 Maintnenace of Perform/FormFlow,
6500 EA, CLIN 0059 Maintenance of WinZip, 400 EA. Estimated Quantities:
Option IV CLIN 0033 Maintenance of MS Office Standard, 200 EA, CLIN
0034 Maintenance of MS Office Professional, 6300 EA, CLIN 0035
Maintenance of MS Windows 32-bit OS, 6300 EA, CLIN 0036 Maintenance of
MS Project, 1500 EA, CLIN 0037 Maintenance of Claris FileMaker, 3200
EA, CLIN 0038 Maintenance of Claris File Maker Pro Server, 10 EA, CLIN
0039 Maintenance of Claris Draw, 1400 EA, CLIN 0041 Maintenance of
Norton Utilities, 200 EA, CLIN 0042 Maintenance of WIN NT Client
Access, 6500 EA, CLIN 0043 Maintenance of Windows NT Adv Server, 150
EA, CLIN 0044 Maintenance of NT File andPrint Services for Netware, 150
EA, CLIN 0045 Maintenance of Quota Advisor, 150 EA, CLIN 0046
Maintenance of Cheyenne ArcServer 6, 150 EA, CLIN 0047 Cheyenne
Database Agent/Exchange, 29 EA, CLIN 0048 Maintenance of Cheyenne
Database Agent/SQL, 31 EA, CLIN 0049 Maintenance of Cheyenne Database
Agent/Open Files, 150 EA, CLIN 0050 Maintenance of MS Back Office, 36
EA, CLIN 0051 Maintenance of MS Back Office -- Client, 235 EA, CLIN
0053 Maintenance of SMS Client, 6500 EA, CLIN 0054 Maintenance of SQL
Client, 100 EA, CLIN 0055 Maintenance of MapInfo, 600 EA, CLIN 0056
Maintenance of ProcommPlus, 700 EA, CLIN 0057 Upgrade of
Perform/FormFlow, 1000 EA, CLIN 0058 Maintnenace of Perform/FormFlow,
6500 EA, CLIN 0059 Maintenance of WinZip, 400 EA. Deliveries shall be
made to National Imagery and Mapping Agency, Attn: CMT (Dan Collins),
14675 Lee Road, Chantilly, VA 20151-1715. 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 factors of delivery mechanisms
and past performance are of equal importance, 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 shall demonstrate in sufficient detail a delivery
mechanism that will successfully accomplish the SOW. Offerors should
describe the risks associated with the SOW and any risks associated
with the Offeror=s proposed delivery mechanism; 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 29 May 1998. All offers
shall be sent to FISC Philadelphia, attn: Ms. Eileen Flanigan code
02P22B and should reference solicitation N00140-98-R-2139 (0134) Loren Data Corp. http://www.ld.com (SYN# 0021 19980518\D-0003.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|