Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 4,1999 PSA#2338

Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100

70 -- SOFTWARE CONFIGURATION MANAGEMENT SOL N00178-99-R-1050 DUE 050799 POC Monica White, Contract Specialist, Code SD11E, (540)653-7478, or J. R. Travers, Contracting Officer WEB: NSWCDD Dahlgren Laboratory Procurement Division Web, http://www.nswc.navy.mil/supply. E-MAIL: Contract Specialist for N00178-99-R-1050, whiteml@nswc.navy.mil. 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; proposals are being requested and a written solicitation will not be issued. Simplified Acquisition Procedures will be used in accordance with FAR 13.5. The Government intends to procure on a Sole Source basis from Merant Solutions, Inc. (formerly INTERSOLV, Inc.), 9420 Key West Ave, Rockville, MD 20850-3344 PVCS Dimensions Licenses and support as described below. NSWCDD currently utilizes and maintains PVCS Dimension Licenses to manage all phases of software development lifecycle. In order to maintain the integrity of NSWCDD's programs/projects the proprietary software by Merant Solutions is considered the only product which will meet the Government's needs. The solicitation number is N00178-99-R-1050 and is a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11 and DFARS Change Notice dated 23 February 1999. Standard Industrial Classification code is 5045 100 employees. This requirement is a Firm-Fixed Price contract for the following: CLIN 0001 New Software Licenses PVCS Dimensions (Concurrent) 50 Users and CLIN 0002 Supportnet of 50 New PVCS Licenses 50 Users (Note: Technical Telephone Support, Monday Friday excluding weekends and holidays, hours 8:30am 5:30pm (local time/EST)). DELIVERY SCHEDULE: All updates and licenses shall be inspected and accepted at point of Destination, and delivered FOB Destination to Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. All updates shall be sent to NSWCDD upon release. FAR 52.212-1, Instructions to Offerors Commercial Items and the provision FAR 52.212-2, Evaluation Commercial Items (Evaluation factors: Price and Past Performance), applies to this solicitation and are hereby incorporated by reference. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items and DFAR 252.212-7000 Offeror Representations and Certifications Commercial Items with their offer. The provision at FAR 52.212-4, Contract Terms and Conditions Commercial Items, apply to this acquisition. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, Subparagraphs (a), (b) 1, 5, 11, 13, 14, 15 (d) and (e) apply to this acquisition and are hereby incorporated by reference. . The provision at DFAR 252-212-7001, Contract Terms and Conditions Commercial Items, apply to this acquisition. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, Subparagraphs (a), (b) 252.206-7000-Domestic Source Restrictions, 252.225-7012-Preference for Certain Domestic Commodities, 252.227-7015-Technical Data Commercial Items, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.243-7002, Requests for Equitable Adjustment and (c) apply to this acquisition and are hereby incorporated by reference. The Contractor shall provide a copy of their warranty. The following full text clause applies: YEAR 2000 WARRANTY -- INFORMATION TECHNOLOGY (SEP 1998) (a) The Contractor warrants that all information technology (IT) (as defined at FAR 2.101), whether commercial or noncommercial, delivered under this contract that will be required to perform date/time processing involving dates subsequent to December 31, 1999, shall be Year 2000 compliant if properly installed, operated, and maintained in accordance with the contract specifications and applicable documentation. If the contract requires that specific deliverables operate together as a system, this warranty shall apply to those deliverables as a system. (b) "Year 2000 compliant" (as defined at FAR 39.002) means that the IT accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other IT, used in combination with the IT being delivered, properly exchanges date/time data with it. The "proper exchange" of date/time data shall be in accordance with the interface requirements specification(s) of the contract. (c) For line item deliverables which are commercial items (as defined at FAR 2.101), and which include commercial IT, the terms and conditions of the standard commercial warranty covering such commercial IT shall apply in addition to, and to the extent such terms and conditions are consistent with, this warranty. Any applicable commercial warranty shall be incorporated into this contract by attachment. (d) Notwithstanding any provision to the contrary in other warranty requirement(s) of this contract, or in the absence of any such warranty requirement(s), the remedies available to the Government under this warranty shall include those provided in the Inspection clause(s) of this contract. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract. (e) Unless specified elsewhere in the contract, the Contractor will also deliver to the Government a report summarizing any Year 2000 compliance testing that was performed, and the results thereof. (f) This warranty shall expire on 31 January 2001, or one hundred eighty (180) days after acceptance of the last deliverable IT item under this contract (including any option exercised hereunder), whichever is later (end of clause). CBD Note 22 applies. This procurement is DO-A7. Contractors are required to register with the United States Government Central Contractor Registration (CCR) on World Wide Web at http://www.ccr.dlsc.dla.mil. Offers are due by 7 May 1999 no later than 2:00 p.m. (local time/EST) to: Naval Surface Warfare Center, Dahlgren Division, Attn: Code SD11, Building 183, First Floor, Room 102, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 or by express mail or hand carried to the above address. Call (540)653-7478 for further information. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Laboratory Procurement Division is implementing Electronic commerce (EC) in the acquisition area, therefore, synopsis and resulting solicitations with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/supply. Posted 04/30/99 (W-SN326386). (0120)

Loren Data Corp. http://www.ld.com (SYN# 0333 19990504\70-0007.SOL)


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