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