|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11,1998 PSA#2240U.S. Department of Justice, Procurement Services Staff, National Place,
Suite 1000, 1331 Pennsylvania Avenue, NW, Washington, DC 20530 D -- COMPUTER SOFTWARE AND MAINTENANCE SOL DOJ-SAS-9-B-0025 DUE 121598
POC Ervin Spivey, (202) 307-1964 E-MAIL: Click her to contact the
Contracting Officer via e-mail, Ervin.R.Spivey@usdoj.gov. It is the
intent of the Department of Justice (DOJ), Justice Management Division,
Procurement Services Staff, Contract Administration Service to purchase
PeerSync Pro II file mirroring software, version 4.2 and related
maintenance from TDM Software Design and Development Services, Inc. The
DOJ intends to award a firm fixed-price contract for a Department-wide
Site License for for purchase and maintenance services for one base
year and annual maintenance services for the second through fourth
option years. The PeerSycn software will be utilized by Department-wide
organizations including U.S. Attorneys Offices throughout the country.
In addition to purchase and maintenance of PeerSync Pro II, version
4.2, the contractor shall provide software and maintenance upgrades for
approximately 4,000 existing copies of PeerSync and PeerSync Pro
licenses. The contractor shall provide pricing, software terms and
conditions sufficient to implement a DOJ Site license. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation and a proposal is hereby requested.
A written solicitation will not be issued. This solicitation number
DOJ-SAS-9-B-0025 is issued as a Request for Quotation (RFQ). All
references to "offers" are understood to be "quotations". This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-07. This
synopsis/solicitation is a Small Business Set-Aside. The Standard
Industrial Classification Code (SIC) is 5045 and the Business Size
Standard is 100 employees. Contract line items (CLIN) are as follows:
CLIN 0001, PeerSync Pro II Version 4.2 Software, CLIN 0002, PeerSync
Software Maintenance, CLIN 0003 PeerSync and PeerSync Pro Upgrades, and
CLIN 0004, PeerSync and PeerSync Pro Maintenance Upgrades. FAR Part
52.212-1, Instructions to Offerors-Commercial Items, is incorporated by
reference and applies to this solicitation. The government will award
a contract resulting from this solicitation/request for quotation to
the responsible offeror whose quotation conforms to the solicitation
and is most advantageous to the Government, price and other factors
considered. A software license agreement shall be submitted in response
to this solicitation. The Offeror shall include a completed copy of the
provision of FAR 52.212-3, Offeror Representations and Certifications
-- Commercial Items, with the written quotation. FAR 52.212-4, Contract
Terms and Conditions Commercial Item, 52-212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items, 52.212-3, Convict Labor 52.233-3 Protest After
Award, 52-217-8 Option to Extend Services, and 52.217-9 Option to
Extend the Term of the Contract. The following provisions are
incorporated by reference: 52.219-8, Utilization of Small Business
Concerns and Small Disadvantaged Business Concerns, 52.222-26 Equal
Opportunity, 52.222-35 Affirmative Action for Special Disabled and
Vietnam Era Veterans, 52.222 Affirmative Action for Handicapped
Workers, 52.222-37 Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era, 52.225-3 Buy America Act, 52.216-18
Ordering, 52.216-21 Requirements, 52.232.33 Mandatory Information for
Electronic Funds Transfer Payment. The contractor's software products
shall adhere to Year 2000 requirements as stipulated in the clause
below: YEAR 2000 WARRANTY -- COMMERCIAL SUPPLY ITEMS The contractor
warrants that each hardware, software, and firmware product delivered
under this contract shall be able to accurately process date data
(including, but not limited to, calculating, comparing, and sequencing)
from, into, and between the twentieth and twenty-first centuries,
including leap year calculations, when used in accordance with the
product documentation provided by the contractor, provided that all
listed or unlisted products (e.g. hardware, software, firmware) used in
combination with such listed product properly exchange date data with
it. If the contract requires that specific listed products must perform
as a system in accordance with the foregoing warranty, then that
warranty shall apply to those listed products as a system. The duration
of this warranty and the remedies available to the Government for
breach of this warranty shall be as defined in, and subject to, the
terms and limitations of the contractor's standard commercial warranty
or warranties contained in this contract, provided that
notwithstanding any provision to the contrary in such commercial
warranty or warranties, the remedies available to the Government under
this warranty shall include repair or replacement of any listed
product whose non-compliance is discovered and made known to the
contractor in writing within ninety (90) days after acceptance. Nothing
in this warranty shall be construed to limit any rights or remedies the
Government may otherwise have under this contract with respect to
defects other than Year 2000 performance. Quotations are due on
December 15, 1998, 5:00pm at DOJ, PSS, CAS 1331 Pennsylvania Avenue,
NW, Suite 1000, Washington, DC 20530. POC:Ervin Spivey (202) 307-1964.
Posted 12/09/98 (W-SN278731). (0343) Loren Data Corp. http://www.ld.com (SYN# 0020 19981211\D-0004.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|