Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1999 PSA#2404

FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B, Philadelphia, PA 19111-5083

70 -- SOFTWARE LICENSE/MAINTENANCE SOL N00140-99-R-4818 DUE 082499 POC Point of Contact -- Guy Goss, Contract Specialist, 215-697-9662, J. J. Swizewski, Contracting Officer 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 FAR Subpart 12.6, as supplemented with additional information contained in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation N00140-99-R-4818 is issued as a request for proposals. This acquisition is restricted to the software publishers or distributors for electronic distribution of Microsoft's Windows NT Enterprise Server, Windows NT Adv Server, Exchange Enterprise Server, BackOffice, Cheyenne ArcServ 6, Cheyenne Database Agent/Open Files and MapInfo software since they are the only sources able to provide the required licenses, software upgrade licenses, and license maintenance. Software licenses, maintenance and services, are required for thirty-six (36) months. All software licenses, upgrades and new versions must be provided via electronic distribution technology (EDT) downloading from the Internet. EDT encrypts the software and creates an electronic container for transmission over the Internet. A password is then Emailed to the customer to unlock the encrypted container. EDT security features must include verification of authorized Internet domain, three levels of encrypted password verification, unlinked secure URL location, previously approved Email address for software unlock key, and self-checking containers to ensure product has not been infected with a virus or otherwise corrupted during shipment. All software updates, upgrades and new versions shall be available via Internet same day received from the publisher; notice of availability shall be sent to the end-user. Award will result in a firm fixed price IDIQ contract. Base year estimated quantities are CLIN 0001 Windows NT Adv Server license maintenance, 60 each, CLIN 0002 Windows NT Enterprise Server licenses, 40 each, CLIN 0003 Windows NT Enterprise Server license maintenance, 40 each, CLIN 0004 Exchange Enterprise Server licenses, 20 each, CLIN 0005 Exchange Enterprise Server license maintenance, 20 each, CLIN 0006 Cheyenne ArcServ 6 licenses, 100 each, CLIN 0007 Cheyenne ArcServ 6 license maintenance, 100 each, CLIN 0008 Cheyenne Database Agent/Open Files licenses, 100 each, CLIN 0009 Cheyenne Database Agent/Open Files license maintenance, 100 each, CLIN 0010 MS Back Office licenses, 14 each, CLIN 0011 MS Back Office license maintenance, 14 each, CLIN 0012 MapInfo licenses, 100 each, CLIN 0013 MapInfo licenses maintenance, 100 each. Option Year I estimated quantities are CLIN 0014 Windows NT Adv Server license maintenance, 60 each, CLIN 0015 Windows NT Enterprise Server license maintenance, 40 each, CLIN 0016 Exchange Enterprise Server license maintenance, 20 each, CLIN 0017 Cheyenne ArcServ 6 license maintenance, 100 each, CLIN 0018 Cheyenne Database Agent/Open Files license maintenance, 100 each, CLIN 0019 MS Back Office license maintenance, 14 each, CLIN 0020 MapInfo license maintenance, 100 each. Option Year II estimated quantitiesare CLIN 0021 Windows NT Adv Server license maintenance, 60 each, CLIN 0022 Windows NT Enterprise Server license maintenance, 40 each, CLIN 0023 Exchange Enterprise Server license maintenance, 20 each, CLIN 0024 Cheyenne ArcServ 6 license maintenance, 100 each, CLIN 0025 Cheyenne Database Agent/Open Files license maintenance, 100 each, CLIN 0026 MS Back Office license maintenance, 14 each, CLIN 0027 MapInfo license maintenance, 100 each. Deliveries shall be made to National Imagery and Mapping Agency, ATTN: Dan Collins, 14675 Lee Road, Chantilly, VA 20151-1715. This solicitation and incorporated provisions and clauses are those in effect through FAC 97-12. The following FAR provisions which apply to this solicitation are incorporated by reference. FAR 52.212-1 Instructions to Offerors -- Commercial Items, 52.212-2 Evaluation -- Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items will be incorporated in the resultant contract. The following numbered subparagraphs under paragraph (b) of FAR 52.212-5 apply: (1), (2), (3), (6), (7), (8), (9), (10), (11), (15), (16) and (17). FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, will be incorporated in the resultant contract. The following DFAR 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. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, is determined most advantageous 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 offerors: price and technical, the technical evaluation factors of delivery mechanisms and past performance are of equal importance. Offerors shall demonstrate in sufficient detail a delivery mechanism that will successfully accomplish the statement of work (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 risks 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 offeror shall describe its past performance on similar contracts that it has held within the last five (5) years which are of similar scope, magnitude and complexity to that which is detailed in the RFP or affirmatively state that it possesses no relevant directly related or similar past performance. Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the RFP. The offeror should provide the following information regarding its past performance: (A) contract number(s), (B) name and reference point of contact at the federal, state or local government or commercial entity for which the contract was performed, (C) dollar value of the contract, (D) detailed description of the work performed, (E) names of subcontractor(s) and (F) 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. In accordance with DFARS 215.304(c)(i), the contractor shall submit any past performance information identifying the participation of Small Disadvantaged Businesses (SDB) as subcontractors, joint venture partners, or other form of teaming arrangement, of the offeror in order to meet subcontracting goals. The contracting officer intends to evaluate the extent to which offerors identify and commit to small business and historically black college or university and minority institution performance of the contract, whether as a joint venture, teaming arrangement, or subcontractor. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offerors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the proposal of an offeror with no relevant past performance history, while not rated favorably or unfavorably 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 should provide the information requested above for past performance evaluation, including past performance in complying with targets for SDB participation and subcontracting goals for SDBs, or affirmatively state that it possesses no relevant directly related or similar past performance. If an offeror fails to provide any past performance information which is similar in scope, magnitude and complexity to that which is detailed in the RFP or fails to affirmatively state that it possesses no relevant directly related or similar past performance, the offer may not be awardable. The Government will consider the quality of the offeror's past performance. This consideration is separate and distinct from the Contracting officer's responsibility determination. The assessment of the offeror's past performance will be used as a means of evaluating the relative capability of the offeror and other competitors to successfully meet the requirements of the RFP. In determining the rating for the past performance evaluation factor, the government will give greater consideration to the contracts which the Government feels are most relevant to the RFP. 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 52.212-3 and DFAR 252.212-7000 to be provided to an offeror upon request. Responses to this solicitation are due by 4:00 P.M. (local time Philadelphia, PA) on 24 August 1999. All offerors shall be sent to FISC Philadelphia, ATTN: Mr. G. Goss, Code 02P2A, and should reference solicitation N00140-99-R-4818. The standard industrial classification code is 7379. Posted 08/04/99 (D-SN363219). (0216)

Loren Data Corp. http://www.ld.com (SYN# 0423 19990806\70-0013.SOL)


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