Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1999 PSA#2428

Dahlgren 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