|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,2000 PSA#2620Department of the Interior, Minerals Management Service, Procurement
Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia
20170-4817 D -- MAINTENANCE AND SUPPORT OF CABLETRON ADP EQUIPMENT SOL
0100RP31073 DUE 061600 POC Ms. Jackie Halprin, Contracting Officer,
(703) 787-1341 E-MAIL: Contracting Officer, jackie.halprin@mms.gov.
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. All requests for
solicitations will be considered non-responsive. This Request for
Proposals (RFP) is 0100RP31073. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular (FAC) 97-16. The Standard Industrial
Classification Code is 7378. The anticipated contract shall be for one
(1) year from the date of contract award, plus two (2) option years.
The requirement is for maintenance support of the Minerals Management
Service's Cabletron hardware and software, located in Herndon, VA, and
Washington, D.C., as follows: LANCare Standard, including 7x24
Toll-free Technical Phone Support, Advance Replacements, Firmware
Upgrades, and On-Site Engineering Response. Software Support Offerings,
including SPECTRUM LEVEL I and LEVEL II. The manufacturer's part
numbers are as follows and include their respective quantities in
parentheses: SA-CSI1000-SL1 (1); SA-CSI1001-SL (1); SM-CSI1000-SL1 (1);
SM-CSI1004-SL1 (1); SM-SCI1001-SL (1); SM-SYN1001-SL1 (1);
SM-WEL1002-SL1 (1); SFVLAN-01S)P-SL1 (1); SVLAN-02SOL-SL1 (1);
6C205-3-LCS (4); 665436 (11); 9C206-1-LCS (1); 9C306-LCS (1); 665438
(4); ELS10-26TX-LCS (2); 9C300-1-LCS (11); 665436 (17); 665437 (4);
9F426-02-LCS (1); 665438 (54). Interested parties may request an
inventory of the equipment from the contracting officer. The Government
reserves the right to award contracts to other than the lowest priced
offer if, in its judgment, the technical superiority of the offeror
outweighs the cost difference. Your Capabilities Statement will be
evaluated based on (1) your organization's experience, and (2) past
performance (including identical projects, timely response to calls for
service, willingness to cooperate when difficulties arise, general
compliance with the terms of the contracts, and acceptability of
delivered services and products), and (3), price for the base year plus
two (2) option years. The following Federal Acquisition Regulation
(FAR) provisions and clauses are incorporated into this solicitation by
reference: 52.212-1 Instructions to Offerors-Commercial Items (MAR
2000); 52.212-3 Offeror Representations and Certifications-Commercial
Items (FEB 2000) (NOTE: Offerors shall include a completed copy of
52,212-3, Offeror Representations and Certifications-Commercial Items
with this offer); 52.212-4 Contract Terms and Conditions-Commercial
Items (MAY 1999); and 52.212-5 Contract Terms and Conditions Required
to Implement the Statutes or Executive Orders-Commercial Item (FEB
2000). The following FAR clauses cited in the clause 52.212-5 Contract
Terms and Conditions Required to Implement the Statutes or Executive
Orders-Commercial Items are applicable to this acquisition: 52.222-21
Prohibitionof Segregated Facilities (FEB 1999), 52.222-26 Equal
Opportunity (EE 11246), 52.222-35 Affirmative Action for Disabled
Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36
Affirmative Action for Workers with Disabilities (29 U.S.C. 793),
52.222-37 Employment Reports on Disabled Veterans of the Vietnam Era
(38 U.S.C. 4212), 52.232.33 Payment by Electronic Funds
Transfer-Central Contractor Registration (31 U.S.C. 3332), and 52.239-1
Privacy or Security Safeguards (5 U.S.C. 3332). Offerors may read the
full text of these clauses by visiting http://www.arnet.gov/far/ or
requesting a hard copy from the contracting officer. All responsible
sources who believe they can provide the items described above and wish
to be considered, shall submit a written response to the Contracting
Officer within 5 business days after the publication of this notice.
Offerors should submit a price for the first year plus two option
years. They must clearly show their ability to provide the requested
maintenance, and evidence, in the form of references from companies,
including points of contact and telephone numbers, for which they have
provided identical services within the past year. Responses may be
FAXed to the attention of the contracting officer at (703) 787-1009.
Questions should be e-mailed as soon as possible to Ms. Jackie Halprin,
at jackie.halprin@mms.gov . The RFP number MUST be in the subject line
of the e-mail. All queries should also include your full name and
title, your organization, complete address, and telephone and fax
numbers. Only e-mailed or faxed queries will be accepted. Responses to
this announcement should be sent to Minerals Management Service Posted
06/09/00 (W-SN463444). (0161) Loren Data Corp. http://www.ld.com (SYN# 0026 20000613\D-0007.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|