Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1, 2000 PSA #2677
SOLICITATIONS

D -- MAINTENANCE OF SUN EQUIPMENT

Notice Date
August 30, 2000
Contracting Office
Director, Contracting, US Army Space Command, Attn: SMDC-AR-CM, 1670 N. Newport Road, Colorado Springs, CO 80916-2749
ZIP Code
80916-2749
Solicitation Number
DASG62-00-R-0012
Response Due
September 8, 2000
Point of Contact
Chris Romero 719-554-8837
E-Mail Address
Click here to contact the Contract Specialist (chris.romero@arspace.army.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation (FAR), Subpart 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. This solicitation is issued as Request for Proposal (RFP) Number DASG62-00-R-0012. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. This combined synopsis/solicitation is issued unrestricted and open to all interested parties. DESCRIPTION/CONTRACT LINE ITEM NUMBERS: This combined synopsis/solicitation is for the provision of maintenance of various types of Sun equipment. The specifications set forth herein are not all-inclusive but provided to associate requirements with Contract Line Items (CLINS) under which offerors may submit proposals. CLIN 0001: Sun Maintenance as indicated per each subclin Intel Systems. Manager for this group of equipment is MSG Carla Shaw. CLIN 0002: Sun Maintenance as indicated per each subclin Remote Sensing Systems. Manager for this group of equipment is Roger Ward. CLIN 0003: Sun Maintenance as indicated per each subclin Battle Lab Systems. Manager for this group of equipment is Jeff Faunce. CLIN 0004: Sun Maintenance as indicated per each subclin MROC Systems. Manager for this group of equipment is Ken South. CLIN 0005: Sun Maintenance as indicated per each subclin NASA Systems. Manager for this group of equipment is LTC Kreamer. CLIN 0006: Sun Maintenance as indicated per each subclin KEASAT Systems. Manager for this group of equipment is Miller Belmont. CLIN 0006: Sun Maintenance as indicated per each subclin ARSPOC Systems. Manager for this group of equipment is Floyd Haslett. Due to the large quantity of systems applicable to each of the above CLINs, specific system and service requirements are not included in this notice. To obtain a complete listing of equipment and type of maintenance required under the above CLINs, contact Chris Romero at 719-554-8837 or chris.romero@arspace.army.mil. DELIVERY: Delivery for all CLIN's shall be FOB Destination. Products offered under the terms of a Federal Supply Schedule contract shall be so stated, to include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's proposal. Products not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical capabilities set forth herein, and shall clearly articulate how all requirements will be met. Period of Performance is October 1, 2000 through September 30, 2001. Equipment to be maintained is at various US Army Space Command locations to include Colorado Springs, Colorado and Houston, Texas. FAR provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition, with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. Award is anticipated no later than October 1, 2000. All such responses will be evaluated IAW FAR 52.212-2, Evaluation Commercial Items. Basis of Award: The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following evaluation criteria shall be used to evaluate offers: (1) Technical Capability ability to provide the services stated herein. The offeror must be authorized to provide Sun maintenance. The offeror must submit certification from Sun stating they are authorized to provide the required maintenance; (2) Total Proposed Price, inclusive of all CLINs, i.e. the most advantageous price considering all other factors; and (3) Past Performance ability to consistently perform in a timely manner throughout the entire period of performance. Evaluation criteria are listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the services proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall clearly state how they propose to meet all of the terms set forth herein. Offerors that offer services against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above, as well as the SLIN structure contained in the supplemental information available from the POC. The Offeror shall provide a minimum of three (3) references to which the same or similar services have been delivered within the last three (3) years. References shall include the services delivered, contract number, date of contract award, date of acceptance by the receiving organization, contracting office point of contact, technical office point of contact, current telephone and fax numbers for both and statement regarding problems with the product, contract and/or delivery. The Government will only consider the information provided in the offeror's proposal. The Government intends to award without discussion; therefore, each offeror is encouraged to submit their best terms with their proposal. Failure to submit the information set forth herein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. See www.arnet.gov/far for access to FAR clauses. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition, along with the following additional FAR Clauses: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items to include the following: 52.222-3, Convict Labor; 52.225-13, Restrictions on Certain Foreign Purchases; 52.233-3, Protest After Award; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. The following DFARS provisions apply to this acquisition: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include 252.225-7001, Buy American Act and Balance of Payments Program. Offers sent via the U.S. Postal Service should be mailed to U.S. Army Space Command, ATTN: SMDC-AR-CM, 1670 N. Newport Rd, Colorado Springs, Colorado 80916. All proposals not sent through the U.S. Mail, to include facsimile, will be considered hand carried and subject to FAR 15.208. Proposals may be submitted by facsimile or e-mail; however, it is the responsibility of the Offeror to ensure receipt see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring proposals are received no later than 2:00 PM MT, September 8, 2000. The point of contact for all information regarding this acquisition is Chris Romero at (719) 554-8837, fax (719) 554-8838 (e-mail: chris.romero@arspace.army.mil) or Janet Schwarzbart at (719) 554-8824, fax (719) 554-8838 (e-mail: janet.schwarzbart@arspace.army.mil).
Record
Loren Data Corp. 20000901/DSOL001.HTM (W-243 SN492023)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on August 31, 2000 by Loren Data Corp. -- info@ld.com