|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13,1999 PSA#2430National Imagery & Mapping Agency, 4600 Sangamore Road, Bethesda, MD
20816 D -- MAINTENANCE OF NUMEROUS UNISYS H/W & S/W LOCATED IN BOTH
BETHESDA, MD & ST. LOUIS, MO SOL NMA10099R2113 DUE 091699 POC Willye
Francis, Contract Specialist (P)301-227-7818 (F)301-227-2218 The
proposed contract action is for services for which the Government
intends to solicit and negotiate with only one source under authority
of FAR 6.302. Interested persons may identify their interest and
capability to respond to the requirement or submit proposals. This
notice of intent is not a request for competitive proposals. However,
all proposals received within five days after date of publication of
this synopsis will be considered by the government. A determination by
the Government not to compete this proposed contract based upon
responses to this notice is solely within the discretion of the
government. Information received will normally be considered solely for
the purpose of determining whether to conduct a competitive
procurement. This announcement is a combined synopsis/solicitation for
commercial items under FAR sub part 13.5, as supplemented with
additional information included in this notice. The solicitation number
is NMA10099Q0001, and this solicitation is issued as a notice with
intent to award a purchase order on a sole-source basis, to Unisys
Corporation. The solicitation document, incorporated provisions, and
clauses are those in effect through Federal Acquisition Circular 97-12.
The National Imagery & Mapping Agency wishes to procure Full Coverage
Maintenance of Unisys Software and Hardware at 2 sites, one at St.
Louis and one at Bethesda. Full Coverage Maintenance provides for the
performance of Preventive Maintenance (PM), Remedial Maintenance (RM),
Corrective Software Maintenance, Adaptive Software Maintenance, the
ordering and installation of all field change orders/engineering change
orders (FCO's/ECO's), power-up and power-down services, and preparation
of all required reports and documentation. In addition one full time
Analyst at St. Louis is required, cleared at the TS/SCI level. Analyst
shall have experience in maintenance for the following Unisys and
Amperif ADP equipment: Unisys-1100/90, 2200/200, DCPs communications
processors, 9760 disc Subsystem, 0776 printers, 8451 disc subsystem,
5055 tape subsystem, 0770 printers. Amperif-ATE5042 tape subsystem. A
Purchase Order will be issued with a Period of Performance of 2 months
(1 October 1999 through 30 November 1999) with an option for an
additional month. The Standard Industrial Classification for these
services is 7378 and this procurement is unrestricted. Proposals
received within five days after date of publication of this synopsis
will be considered by the Government. Quotes are to be faxed to the
National Imagery & Mapping Agency, (301) 227-2218, ATTN: Willye
Francis, no later than five (5) calendar days after date of the CBD
announcement, 1:00PM Eastern Standard Time. Offerors must confirm
receipt of facsimiles by contacting Willye Francis at (301) 227-7818.
The provision at 52.212-1, Instruction for Offerors-Commercial Items,
applies to this notice. Interested parties shall submit proposals which
include the 12 items outlined in FAR 52.212-1(b). Provision at
52.212-2, Evaluation-Commercial Items, is hereby incorporated by
reference. Offerors are to include a competitive commercial price list,
a complete copy of the provision at 52.212-3, Offeror Representation
and Certifications-Commercial Items, and the provision at 252-212-7000,
Offeror Representations and Certifications-Commercial Items, with the
offer. In accordance with provision at 252.204-7001, Cage Code
Reporting, Offeror is to provide Cage Code with the offer. The offer is
to include offeror's 9-digit Contractor Establishment Code (CEC). The
clause at 52.212-4, Contract Terms and Conditions-Commercial Items, is
hereby incorporated by reference. From the clause at 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Order-Commercial Items, the following clauses are
incorporated by reference: 52.222-3; 52.233-3; 52.203-6; 52.203-10;
52.219-8; 52.222-26; 52.222-35; 52.222-36; 52.222-37). The clause at
252.212-7001, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders applicable to Defense Acquisition of
Commercial Items, is hereby incorporated by reference (including:
252.225-7001; 252.225-7012; 252.225-7036; 252.227-7015; 252.233-7000).
Posted 09/09/99 (I-SN378455). (0252) Loren Data Corp. http://www.ld.com (SYN# 0048 19990913\D-0015.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|