|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1999 PSA#2428Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road,
Dahlgren, VA 22448-5100 70 -- CISCO HARDWARE/SOFTWARE SUPPORT SOL N00178-99-R-1069 DUE 092199
POC sd11, (540)653-7478 WEB: Dahlgren Division, Naval Surface Warfare
Center, http://www.nswc.navy.mil/supply. E-MAIL: Dahlgren Division,
Naval Surface Warfare Center, sd11@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. This acquisition shall utilize the
procedures authorized in FAR Subpart 13.5. The Government intends to
procure on a Sole Source basis Cisco Brand Reseller technical and
maintenance support. This includes, but is not limited to, CISCO
SMARTNET with all its options excluding onsite support, SOFTNET with
all its options excluding onsite support, SOFTWARE APPLICATION SUPPORT
(SAS) and SOFTWARE APPLICATION SUPPORT WITH UPGRADES (SAU) with all
their options excluding onsite support, hardware, firmware and software
support from CISCO SYSTEMS or CISCO SYSTEMS PARTNERS qualified by CISCO
SYSTEMS at the Silver Level or above, to support the entire NSWCDD
facility and its tenant activities. Sole Source is based upon the
proprietary rights of CISCO SYSTEMS in the hardware, firmware and
software to be covered by this technical support/maintenance
acquisition. The resultant contract shall be for maintenance/technical
support services only and shall not provide for the acquisition of new
hardware or software offered by CISCO. This contract shall allow for
the addition and/or deletion of CISCO products supported for reasons
including, but not limited to, acquired items coming off new product
warranties, newly identified NSWCDD end users desiring coverage of
their CISCO products under this proposed support contract, products
identified by CISCO as no longer supported, removal of replaced or
upgrade products by the end users, end users no longer desiring support
coverage (for any reason), etc. Given the large potential value of the
resultant contract, the Government does not anticipate having to
endure the cost of pre maintenance inspection fees and or firmware
upgrades to make the systems compliant with current levels. The
Government desires that rather than identify and negotiate individual
unit maintenance costs for each item; discounts be applied to each of
the individual maintenance programs at a consistent discount rate.
Those discounts are to be calculated from CISCO's commercial price list
for maintenance as published on the CCO web site. Utilization of this
method allows the government to simply apply the discount percentage
for the support option chosen and unilaterally modify the contract for
additional support. It is further anticipated that additional
discounts may be applicable based upon volume/quantity (include
stepladder discounts if applicable), consolidation/elimination of a
large number of individual contracts, and establishment of a long-term
commitment on the part of the Government. Individual NSWCDD
communities may be able to provide some value-added services including
levels 1 and 2 technical support, software support, hardware support
or combinations thereof. Discounts should be identified in event
customers have the ability/means to provide these value-added services
themselves. The Government has generated a listing of CISCO
hardware/firmware/software currently known to require maintenance
support. This listing is available as a Microsoft Excel spreadsheet
format. (Format may be converted into Lotus) Vendors interested in
submitting proposals or reviewing this hardware list must submit their
requests for the list via electronic mail to: sd11@nswc.navy.mil. The
list shall be provided as an attachment to a return electronic mail.
All updates and hardware replacement parts shall be inspected and
accepted point of destination, and delivered FOB destination to the
Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road,
Dahlgren, VA 22448-5100. FAR 52.212-1, Instruction to Offerors-
Commercial Items and the provision FAR 52.212-2, Evaluation --
Commercial Items, applies to this solicitation and hereby incorporated
by reference; insert the following evaluation factors into
subparagraph (a), " price, past performance and administrative staffing
for efficient processing of contract modifications into the CISCO
support system.." Offerors shall include a completed copy of the
provision FAR 52.212-3, Offeror Representations and Certification --
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 Statues or Executive Orders --
Commercial Items, Subparagraphs (a) (b) 1, 3, 4, 5, 6(i), 7, 11, 12,
13, 14, 15, 23, (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 applies to this acquisition.
The provision at DFAR 252.212-5, Contract Terms and Conditions Required
to Implement Statutes or Executive Orders Applicable to Defense
Acquisition of Commercial Items, is applicable with the following
provisions of subparagraph (b) thereof indicated as applicable: DFARS
252.205-7000, 252-219-7003, 252-225-7012, 252-225-7021, 252.227-7015,
252.227-7037, 252-243-7002 and 252.247-7024. The following DFARS
provisions are applicable to this acquisition: DFAR 252.204-7004
Required Central Contractor Registration, DFAR 252.225-7017 Prohibition
on Award to Companies Owned by the Peoples Republic of China, DFAR
252.225-7006 Buy American Act- Trade Agreements -- Balance of Payments
Program Certificate. 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 contractrequires 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 the 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) This procurement is DO
priority rated. Contract is to be firm fixed price containing a base
year commencing 1 October 1999 with four one-year options. Contract
term may be limited by a $5,000,000 ceiling. Large Business Offerors
are reminded to of the mandatory requirement to submit a subcontracting
plan with their offers. Subcontracting Plans for contracts held with
other Government Agencies within the last year are acceptable. Offers
are due 21 September 1999 no later than 2:00p.m. (local NSWCDD time)
to: Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren
Road, Building 183, first floor, Room 102A, Dahlgren VA 22448-5100.
NOTE: Due to the relative remoteness of the Naval Surface Warfare
Center, Dahlgren Division located at Dahlgren, Virginia, there has been
a history of bids/proposals sent via one-day delivery service still not
being received in a timely manner. Offerors are thus advised to be
award of FAR 14.304 and 15.208 and to take proper steps to assure
timely receipt of their bids/proposals at the Naval Surface Warfare
Center, Dahlgren Division, Dahlgren, Virginia. Posted 09/07/99
(W-SN377040). (0250) Loren Data Corp. http://www.ld.com (SYN# 0335 19990909\70-0017.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|