Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,2000 PSA#2620

Department 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