Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15,2000 PSA#2537

Dept. of the Army, Directorate of Contracting, Attn: ATZS-DKO-I, P.O. Box 12748,Fort Huachuca, AZ 85670-2748

D -- CISCO ROUTERS, SWITCHES, EQUIPMENT MAINTENANCE ( WORLDWIDE ) SOL DABT63-00-B-1010 DUE 021800 POC Sandy Broten, Contract Specialist, 520 533-8944 E-MAIL: Click Here to Contact the Contract Specialist via, sandra.broten@huachuca-emh1.army.mil. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.6, 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. Solicitation number DABT63-00-B-1010 is used as a request for proposal (RFP). (ii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-11. This is a full and open competition under SIC 7378. (iii) GENERAL INFORMATION: Submit proposal to Dept. of the Army, Directorate of Contracting, Attention: Sandy Broten, Building 21112, Hines Road, Ft Huachuca, AZ 85613. (iv) The United States Agency for International Development (USAID) has 7302 employees worldwide, with 2,000 personnel at its headquarters in Washington, DC. The USAID's field structure is made up of missions and donor/coordinator sites (for a total of 79 locations with direct hire employees) in Latin America, the Caribbean, Africa, Asia and the Near East was well as Europe and the New Independent States. Through this structure the Agency pursues six specific objectives as part of its strategic framework for sustainable development (1) encouraging broad based economic growth and agricultural development, (2) strengthening democracy and good governance, (3) building human capacity through education and training, (4) stabilizing the world's population and protecting human health, (5) protecting the world's environment for long-term sustainability, and (6) saving lives and reducing suffering associated with disasters, and re-establishing conditions necessary for political and economic development. A management objective has been established that USAID remains a premier development agency. The purpose of this acquisition is to provide maintenance renewal for IT requirements at Headquarters USAID and overseas. (v) OBJECTIVE: The objective of this project is to provide continued IT maintenance/warranty support from March 1, 2000 to end December 31, 2000. (vi) TASKS: The contractor shall provide maintenance on the items as listed "Software License and Net Smart Hardware Maintenance; Probes Maintenance for FEFD-FX-32 Fiber Probe Serial No. 63079657 (1 Unit) 10/12/00; Maintenance for FE-FD-TX Copper Probe Serial Number 63073569 (1 Unit) DOA; Maintenance for CISCO Switch Probe Model WS-PB6-2ETH (10 Units) 10/04/00; Maintenance for NETSYS V3.02, CON-SAU-PT-25 ( 1 Unit) DOA; Maintenance for NETSYS V3.01, CON-SAU-CT-SUN (1 Unit) DOA; Maintenance for CWSI V1.1, CON-SAU-MNS-SI-NV (1 Unit) DOA; Switches, Maintenance for CISCO 5500 (2 Units) 11/13/00; Maintenance for CISCO WS-5000 (63 Units) DOA; Routers, Maintenance for 2500 CISCO Routers Model 2514 (134 Units) DOA; Maintenance for 2500 CISCO Routers Model 2503 (15 Units) DOA; Maintenance for CISCO Modular Multi Protocol Router Model 4000-M (5 Units) DOA; Maintenance for CISCO Routers Model 4000 (9 Units) DOA; Maintenance for CISCO Model 7000-SSP (8 Units) DOA; Maintenance for CISCO Model 7000 (3 Units) DOA; Maintenance for CISCO Model 7513 (2 Units) DOA; Maintenance on Catalyst 2901, S/Ns: 65004733: 65008639 (2 Units) DOA; Maintenance on CISCO Model 2509 SN: 25658660 (1 Unit) DOA; Maintenance on CISCO 5200, SN: 52012189 (1 Unit) DOA. (vii) SECTION F: PLACE OF PERFORMANCE: This task shall be performed at USAID and at the contractors' worksite. PERIOD OF PERFORMANCE: The period of performance for this task shall be March 1, 2000 through December 31, 2000. DELIVERABLES: Deliverable documentation shall be delivered in two copies of both draft and final versions. Deliverables shall be submitted in two (2) original camera-ready copies, and on an IBM PC compatible 3.5 inch formatted floppy diskette, in a format compatible with Microsoft Word version 6.0. Spreadsheet type tables, not already incorporated into Microsoft Word 6.0 documents, shall be delivered on an IBM PC compatible 3.5 inch formatted diskette, in a format compatible with Excel version 4.0, as well as one original camera-ready copy. DRAFT DELIVERABLES: Two (2) hard copies of each draft deliverable shall be delivered for review and comment. Both draft hard copies shall be delivered to the POC as assigned in section 2.1 of this sub task for acceptance. The word "DRAFT" shall be stamped predominantly on the document to clearly indicate that these are draft documents and not the final products. The structure of the draft documents shall correspond to the final document. Drafts shall not be delivered with a cover. MONTHLY PROJECT STATUS REPORTS: Monthly project status reports shall provide the contract number, delivery order number, project numbers, date of the report, name of the Government agency, name of the project, contact name, name of the contractor's project manager, and the total dollar amount of the delivery order project. Monthly project status reports shall detail; progress made during the month for his projects, problems encountered or anticipated problems that may delay successful completion of the task, deliverable and/or entire delivery order, as well as schedule impacts, corrective actions taken with regard to the identified problem, planned activities for the succeeding month, estimated completion dates of all significant milestones, and task and/or deliverables as it relates to the schedule, either confirming that the task is on schedule or explaining the nature and extent of the delay. The contractor shall make delivery to: Annmarie MacBride, Federal Systems Integration and Management Center, 5203 Leesburg Pike, Suite 1100, Falls Church, VA 22041. DELIVERY SCHEDULE: The contractor shall make delivery in accordance with the following schedule: MILESTONE/DELIVERABLE, DUE DATE: PROJECT START (PS), DATE OF AWARD (DOA). Delivery dates are listed with the equipment cited above. For a complete listing of all equipment, listing serial numbers, model numbers and warranty information please go to http://huachuca-www.army.mil/usag/doc/equipment.htm;http://huachuca-ww w.army.mil/usag/doc/tools.htm; http://huachuca-www.army.mil/usag/doc/switches.htm; and http://huachuca-www.army.mil/usag/doc/routers.htm. (viii) Solicitation provision at FAR 25.212-1, Instructions to Offerors -- Commercial Items (Nov 1999) is hereby incorporated by reference. (ix) Solicitation provision at FAR 52.212-2(a), Evaluation -- Commercial Items (Jan 1999) is hereby incorporated by reference. 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: (l) technical capability of the Contractor offering services to meet the Government's requirement; (2) past performance; and (3) price. Factors are listed in their relative order of importance. Technical and past performance, when combined, are significantly more important than price. Proposal is due by 5:00 p.m.(Mountain Standard Time), February 18, 2000. (x) Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certification -- Commercial Items (Oct 1999), with proposal. (xi) Clause 52.212-4, Contract Terms and Condition -- Commercial Items (May 1999), is hereby incorporated by reference. (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Item (May 1999), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resulting contract (b)(2) 52.203-10, (b)(3) 52.219-8, (b)(6) 52.222-26, (b)(7) 52.222-35, (b)(8) 52.222-36, (b)(9) 52.222-37. (xiii) Additional Contract Terms and conditions applicable to this procurement is Type of Contract: A firm fixed-price contract will be awarded. (xiv) The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is DO-C9. Solicitation provisions and contract clauses can be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; or http://dtic/mil/dfars. For additional information please contact Sandy Broten via e-mail at sandra.broten@huachuca-emh1.army.mil. Posted 02/11/00 (W-SN424692). (0042)

Loren Data Corp. http://www.ld.com (SYN# 0020 20000215\D-0001.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page