Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 1,2000 PSA#2590

U.S. Army Materiel Command, Natick Contracting Division, Attn: AMSSB-ACN, Natick, MA 01760-5011

D -- ON LINE INTERNET SERVICE SOL DAAD16-00-R-0021 DUE 051400 POC Contract Specialist, Thomas Bouchard, (508) 233-4026 WEB: Click here to download a copy of the Synopsis Solicitation, http://www3.natick.army.mil. E-MAIL: To contact Contract Specialist, tbouchar@natick-amed02.army.mil. The U.S. Army Soldier and Biological Chemical Command -- Soldier Systems Center (SBCCOM-SSC), has a requirement for On-Line Internet Service. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6 and 13.5, 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. The solicitation number for this combined synopsis and solicitation announcement is DAAD16-00-R-0021 and is being issued as a Request for Proposal. This procurement action is being conducted as a Small Business Set-Aside and the Standard Industrial Code (SIC) is 7379 with an associated business size standard of $18 Million. The Internet services required are as follows: 1) Department of Defense (DOD) specifications and standards, DOD adopted industry standards and other related documents. The service will allow searching, locating, viewing, and printing the scanned image of specific document pages, by multiple, concurrent users accessing the Internet via their personal computer (PC) or workstation. DOD Standardization Service with Weekly Updates (5 concurrent users), DOD Adopted Industry Standards (5 concurrent users); 2) Distributors' and Manufacturers' catalogs. The service will allow full text search for data and product information, viewing, and printing via the Internet for multiple, concurrent users. Catalogs in the following categories will be available online: Furniture and Furnishings, Building Mechanical Equipment, Building Structural Materials, Engineering and Testing Equipment, Distributors Industrial and Hardware, Hardware Fasteners, Fluid System Components, Metallic Materials, Mechanical Components, Aerospace, Ordnance, Nonmetallic Materials and Chemicals, Material Handling Equipment, Manufacturing Machinery and Tools, Process Equipment and Controls, and Robotics. Each category of catalog information will be available to 2 concurrent users. 3) Parts, Items, and Logistics Data in the Federal Supply Catalog, Federal Logistics Information Systems, and related databases. The service will allow comprehensive searching and reporting on parts and logistics information. The service will allow multiple users to concurrently access continuously updated databases for parts research and logistics management. As a result of this solicitation, the Government intends to award one Firm Fixed Price contract with one Base Year and two Optional Years. The Contract Line Item Numbers (CLIN) and Period of Performance (POP) are as follows: CLIN 0001, On-Line Internet Service (Base Year), corresponding POP shall be 1 June 2000 through 31 May 2001; CLIN 0002 On-Line Internet Service (Option Year One), corresponding POP shall be 1 June 2001 through 31 May 2002; and, CLIN 0003, On-Line Internet Service (Option Year Two), corresponding POP shall be 1 June 2002 through 31 May 2003. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies to this acquisition, addenda to include the following: Offerors shall hold the prices in the proposal firm for 60 days. Delivery shall be F.O.B. Destination and Inspection and Acceptance shall be at Destination by the cognizant receiving authority. Offerors shall submit the following: (1) A written Proposals, limited to three pages in length, that provides written technical details of the on-line Internet service being provided; (2) Commercial product literature that provides sufficient data to evaluate the technical capabilities of the Offeror and the service being provided; (3) Prices shall be submitted on price per CLIN basis and shall be all inclusive of the internet service being provided per POP; (4) Past Performance information shall be submitted identifying company names, points of contact (POC), POC telephone numbers and associated contract numbers for contracts within the past three years; (5) Completed copy of the provision for Representations and Certifications at FAR 52.212-3 and DFARS 252.212-7000 with their proposal. Offerors shall submit two (2) copies plus one original (identified as such) of their proposal and all supporting documentation and each shall be bound in a binder. This is an all-inclusive requirement and shall, therefore, be provided in total by one contractor. The provision at FAR 52.212-2, Evaluation Commercial Items applies to this acquisition. The following areas will be evaluated and are stated in order of importance: Technical is greater than Price which is greater than Past Performance: TECHNICAL AREA: Offeror's capability to meet the solicitation requirements in total as demonstrated by written proposal and product literature. Technical Area will receive an adjectival rating as follows: Excellent, Acceptable, or Unacceptable. PRICE AREA: Price for overall On-Line Internet Service (for all POP). The Price Area will be evaluated based on the price competition of this acquisition. Fairness and reasonability will be determined accordingly by the Contracting Officer. PAST PERFORMANCE: Past Performance Area will be rated as acceptable or unacceptable based on the relative risks associated with the Offeror's likelihood of success in accomplishing this effort. Award will be made to the Offeror whose proposal represents the best overall value to the Government based on the Areas set forth herein. To receive consideration for award, overall evaluations of not less than "Acceptable" must be achieved in all Areas. This is a "best value" acquisition, therefore Offerors are cautioned that award may not necessarily be made to the lowest-priced Offeror. This combined synopsis and solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-16. The following FAR clauses and provisions apply to this acquisition: 52.203-6, Alt I; 52.212-1; 52.212-2; 52.212-3; 52.212-4; 52.212-5 (the following clauses thereunder are applicable: 52.222-21; 52.222-26; 52.22-35; 52.222-36; 52.222.37; 52.232-33); 52.217-8; 52.217-9 (Fill in as follows 30 days ); 52.219-8; 52.219-14; and DFARS 252.204-7004; 252.212-7000; 252.212-7001 (the following clauses thereunder are applicable: 252.225-7001; 252.2443-7002). The full text version of these provisions and clauses may be located at http://farsite.hill.af.mil. This synopsis/solicitation may also be viewed on the AMC Acquisition Center-Natick Homepage, at http://www3.natick.army.mil Questions concerning this combined synopsis/solicitation may be directed via e-mail, only, to Thomas Bouchard, Contract Specialist, at tbouchar@natick-amed02.army.mil All proposals must be received (Facsimiled proposals will not be accepted) via U.S. or commercial mail delivery or through the AMC Acquisition Center-Natick Homepage no later than 14 May 2000, 2:00 p.m. EST. The mailing address is as follows: U.S. Army Materiel Command Acquisition Center, Natick Contracting Division, Attn: AMSSB-ACN-S/Thomas Bouchard, Building 1, Kansas Street, Natick, MA 01760-5011. Posted 04/27/00 (W-SN449142). (0118)

Loren Data Corp. http://www.ld.com (SYN# 0040 20000501\D-0011.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page