|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1999 PSA#2424Department of the Air Force, Direct Reporting Units, 11th CONS, 110
Luke Avenue, Building 5681, Bolling AFB, DC, 20332-0305 D -- D-INFORMATION TECHNOLOGY SERVICES, INCLUDING TELECOMMUNICATION
SOL F49642-99-R0190 DUE 091799 POC Debi Weems, Contract Specialist,
Phone (202) 767-7934, Fax (202) 767-7812, Email
debi.weems@bolling.af.mil -- Patti Reger, Contract Specialist, Phone
202-767-7944, Fax 202-767-7814, Email WEB: Visit this URL for the
latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F49642-99-R01
90&LocID=207. E-MAIL: Debi Weems, debi.weems@bolling.af.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. This solicitation number
F49642- 99-R0190 is issued as a request for proposal (RFP) and will
result in a Firm Fixed price contract. The period of performance will
be 45 days after receipt of order. Award will be made on an all or none
basis. Award date is expected to be not later than 30 Sep 1999. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular (FAC) 97-12. The SIC
Code assigned to this project is 7379, size standard is $18,000,000.
The requirement is for SAM/XQC located at 1600 Air Force Pentagon. The
contract line item numbers are: CLIN 0001 -- ServerGuard software for
each 500/700/800 series Server <50GB,manufacturer is Auspex, PN
6024, QTY 2. CLIN 0002 -- ServerGuard Professional Services
Installation & Certification (per server), manufacturer Auspex, PN
020496, QTY 2. CLIN 0003 -- NS8000/850 1 Year APS Support for
ServerGuard S/W (<50GB), manufacturer Auspex, PN 020110, QTY 2. CLIN
0004 -- Smartswitch Router 2000-Base Unit with 16 Port 10/100 Base-TX
Ports and two expansion slots included, manufacturer Cabletron, PN
SSR-2-B, QTY 2. CLIN 0005 -- Smartswitch Router 2000- 8 Port 100
Base-FX Expansion Module, PN SSR-2-FX, manufacturer Cabletron, QTY 2.
Inspection and acceptance shall be made at destination. The contractor
shall extend to the Government full coverage of any standard
commercial warranty normally offered in a similar commercial sale.
Acceptance of the warranty does not waive the Government_s right under
the inspection clause, nor does it limit the Government_s rights with
regard to the other terms and conditions under this contract. In the
event of a conflict the terms and conditions of the contract shall take
precedence over the warranty. The warranty period shall begin upon
final acceptance of the applicable deliverables listed in the schedule.
All equipment and software must be Year 2000 Compliant, or
Non-Compliant items must be upgraded at no additional cost to be Year
2000 Compliant by no later than October 1, 1998. Year 2000 compliant
means Information Technology that accurately processes date/time
(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). Furthermore, Year
2000 compliant Information Technology, when used in combination with
other Information Technology, shall accurately process date/time data
if the other information technology properly exchanges date/time data
with it. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun
99) is incorporated by reference and applies to this acquisition. FAR
52.212-2 Evaluation _ Commercial Items (Jan 99) -- The Government will
award a contract resulting from this solicitation to the responsible
offeror whose offer conforming to the solicitation will be most
advantageous to the Government, price and other factors considered. The
following factors shall be used to evaluate offers: technical
capability of the item offered to meet the Government requirement;
price. Offerors shall provide back-up information supporting the price
offered. This could take the form of the most recent catalog price
list, invoices from previous sales of same items, etc. The offeror
shall include a completed copy of the provision at FAR 52.212-3 Offeror
Representation and Certifications _ Commercial Items and DFARS
252.212-7000 Offeror Representations and Certifications _ with its
offer. The FAR Clause 52.212-4 Contract Terms and Conditions _
Commercial Items applies to this acquisition and will be incorporated
into any resulting contract. The clauses at FAR 52.212-5 Contract Terms
and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items apply to this acquisition, specifically, the
following cited clauses are applicable: 52.203-6 Restrictions on
Subcontractor Sales to the Government, Alternate 1, 52.219-8
Utilization of Small Business Concerns and Small Disadvantaged Business
concerns, 52.219-14 Limitation on Subcontracting, 52.219-4 Notice of
Price Evaluation Preference for HUBZone Small Business Concerns (Jan
99), 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal
Opportunity, 52.222-35 Affirmative Action for Special Disabled Veterans
and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for
Handicapped Workers, 52.222-37 Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act
Supplies, and 52.232-33 (Payment By) Electronic Funds Transfer (Central
Contractor Registration). The following DFARS clause and provision
applies to this solicitation and is incorporated by reference:
252.212-7001 Contract Terms and Conditions Required to Implement
Statutes Applicable to Defense Acquisitions of Commercial Items. The
Government reserves the right to award the contract without initiating
discussions. Responses to this solicitation are due by 1500 hrs
(3:00p.m.) on 17 Sep 99. The proposal shall be signed by an official
authorized to bind the company. Offerors shall submit 1 copy of their
proposal and the Representations and Certifications (FAR 52.212-3 and
DFARS 252.212.7000) to be sent to 11 CONS/LGCN, 110 Luke Ave Rm 250,
Bolling AFB, DC 20332-0305. Fax responses are acceptable at (202)
767-7814, or e-mail to Debi.Weems@bolling.af.mil. No telephone
inquiries will be Posted 08/31/99 (D-SN374780). (0243) Loren Data Corp. http://www.ld.com (SYN# 0031 19990902\D-0011.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|