Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,1999 PSA#2261

21CONS/LGCXD, 135 E. Ent Ave., Suite 101, Peterson AFB, CO 80914-1385

D -- INFORMATION TECHNOLOGY SERVIES, INCLUDING TELECOMMUNICATIONS SERVICES SOL F0560499R9002 DUE 011999 POC Richard J. Myers, Contracting Officer, 719-556-4045, or Karen Davis, Contracting Specialist, 719-556-4944 WEB: click here to download a copy of RFP & SOW, www.spacecom.af.mil/21cons/index.htm. E-MAIL: click here to contact the contracting officer via, rmyers@spacecom.af.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 included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, F05604-99-R-9002 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The Standard Industrial Classification Number is 3669 and the Business Size Standard is 750 employees. The proposed contract is 100 % set aside for small business. Proposed solutions, and acceptability will be based on integration with existing equipment and cost benefits to the government. Equal items shall meet or exceed the operating characteristics of the equipment requested. A technical evaluation of the equal item will be performed prior to acceptance. For a description of the requirements, see addendum #1. The provision at 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition and Addendum #1: THIS IS AN ALL OR NOTHING REQUIREMENT. The statement of work is available at www.spacecom.af.mil/21CONS/index.htm (business opportunities) . The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition with the blanks filled in as follows: Summary of Proposal (Limited to 10 single spaced pages not including the individual price quotes): Has the offeror demonstrated their understanding of the requirements? Has the offeror demonstrated their capability to provide all the equipment required? Does the delivery schedule meet the delivery objective? Does the contractor's past performance demonstrate satisfactory service? Has the offeror addressed how they will manage and oversee the contract to ensure that the statement of objectives are met? Offerors should provide company past performance information on contracts with the Federal government that are similar in terms of cost and service, performed over the past two years. Past Performance information should include the governmental contract number and the name and phone number of a governmental point of contact to verify past performance. Technical acceptability, delivery schedule, and past performance when combined, are significantly more important than price. Price will be evaluated on all CLINs. Technical acceptability will be evaluated against the product literature for the component requested and proposals that demonstrate increased capability for a comparable cost. Of major significance for technical acceptability is that any product offered shall have been certified by the Air Force to be used in conjunction with the transfer of Integrated Warning Attack/Attack Assessment (ITW/AA) message traffic. Offerors should provide technical information on equal components offered that exceeds the characteristics of the equipment identified. Offerors who fail to meet the technical requirements may be considered non-responsive to the RFP. Past performance will be evaluated using FAR 15.305(a)(2) on a basis of acceptable, unacceptable or not applicable. Delivery schedule and installation schedule will be evaluated by less than 30 days, good; 30-90 day acceptable; greater 90days unacceptable. Items will be graded as follows: Does not meet the standard (-). Meets or exceeds the standard (+). The offeror who has the most (+) signs on the evaluation factors, and is considered to be the most advantageous to the Government will be considered the apparent awardee. The clause FAR 52.215-1 "Instructions to Offerors -- Competitive Acquisition", and FAR 52.215-1 Alternate I" applies to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3 "Offeror Representations and Certifications -- Commercial Items", with its offer. The clause FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" applies to this acquisition. The clause at FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items" applies to this acquisition. Additional FAR clauses cited within this clause are applicable to this acquisition: Paragraph (b) 1. The following clauses are also applicable to this acquisition: FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions", FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions", DFAR 252.204-7004 "Required Central Contractor Registration " (Mar 98), DFAR 252.232-7009 "Payment by Electronic Funds Transfer (CCR)" (Jun 98), AFSPCFAR 5352.212-9500, "Commercial Warranty". The Defense Priorities and Allocations System (DPAS) assigned rating for this procurement is DO C9. Proposals will be submitted to 21 CONS/LGCXD, Attn: Rick Myers, 135 E. Ent Ave., Peterson AFB, CO and accepted until 12:00 P.M (MST) 19 Jan 99. Addendum #1 TRANSLATOR HARDWARE, SOFTWARE, AND TRAINING TO SUPPORT, AIR FORCE SPACE COMMANDS, AUTOMATED DIGITAL NETWORK TRANSITION 1. Provide all equipment/services for those items described in CLINS 0001 -- 0007 and defined within the Statement of Work. Period of performance is 1 Feb 99 through 30 Sept 99. 2. Meet delivery schedule as defined within the Statement of Work. 3. CLINS 0001 through 0003 and 0007 are to be priced as firm-fixed price. CLIN 0004 is to be firm-fixed price based upon negotiated labor rates. CLINS 0005 and 0006 are cost reimbursement based upon pre-negotiated labor or JTR rates. CLIN #, DESCRIPTION, EST QTY, UNIT PRICE, EXT. PRICE: 0001, Provide all hardware, software, and labor to provide translators, and translator software as described in the SOW, 40 JB,$_____,$_____; 0002, Provide ready spares (hardware),40 JB,$____,$____; 0003, Provide additional training as specified in the Statement of Work., 5 JB,$____,$____; 0004, Provide software changes as defined by the Government at a fixed price, predetermined hourly rate per labor category independently negotiated and funded per task, 40 JB, $____,$____; 0005,Provide on-call technical support (24/7) Performed on a cost reimbursement basis, 12 MO,$____,$____; 0006, Travel. Travel will be performed on a cost Reimbursement basis. Allowable cost will be in accordance with the Current JTR for travel and per diem., 40 JB,$____,$____; 0007, Provide 2 initial training classes not to exceed 20 students per class., 2 JB, $____, $____.52.216-18 Ordering (OCT 95) (a) Any supplies and services to be furnished under this contract shall be ordered by issuarnce of delivery orders or task orders by the individuals or activities designated in the schedule. Such orders may be issued from 1 Feb 99 through 30 Sept 99. All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control (b) l. (c) If mailed, a delivery order or task order is considered "issued" when the government deposits the order in the mail. Orders amay be issued orally, by facsimile, or by electronic commerce methods only if authorized in the schedule. 52.216-21 Requirements (Oct 95) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in th Order Limitations clause or elsewhere in thhis contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source.(f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 Sept 99. 52.217-8 Option to Extend Services (Aug 1989) Posted 01/11/99 (W-SN286999). (0011)

Loren Data Corp. http://www.ld.com (SYN# 0022 19990113\D-0003.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page