Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2002 FBO #0236
SOLICITATION NOTICE

70 -- Nortel Network Capacity Forecasting Tool

Notice Date
7/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Immigration & Naturalization Service, Headquarter's Procurement Division, 425 I Street, N.W. Room 2208, Washington, DC, 20536
 
ZIP Code
20536
 
Solicitation Number
COW-2-R-0076
 
Response Due
8/15/2002
 
Point of Contact
Jeanette Housen, Contracting Officer, Phone 202-305-3113, Fax 202-616-2414, - Madan Kar, Contracting Officer, Phone 202-514-1420, Fax 202-616-2414,
 
E-Mail Address
jeanette.housen@usdoj.gov, madan.m.kar@usdoj.gov
 
Description
This is a combined synopsis/solicitation (CS/S) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. This solicitation number, INS COW-2-R-0076, is issued as a Request for Quotation, and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-07. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. The NAICS Code is 421430, and small business size standard is 100 employees. Any amendment(s) hereto will only be published in FedBizOps. This acquisition is being made under Full and Open Competition procedures. Delivery and acceptance will be FOB destination Immigration and Naturalization Service, 425 I Street NW Room 2208, Washington DC 20536. There is one contract line item numbers (CLIN) for this requirement. CLIN 0001 consists of the Nortel Network Forecasting tool (i.e., not manufactured by Nortel but capable of being used on a Nortel network), delivery, installation, test and telephone technical support 24 X 7 plus warranty service including labor (24 by 7 with a one (1)day response time for warranty maintenance). Technical support and warranty service must be provided for 3 years. DESCRIPTION. The Immigration and Naturalization Service (INS) has a requirement for a scalable Nortel Network Capacity Forecasting Tool. Currently the INS has over 1000 nodes on a The Nortel network performance and monitoring tool must provide the following functions in a manner which will provide the INS business actionable projections for its network which enhance the overall return on investment (ROI) on the forecasting tool and the INS information technology infrastructure: real-time network observation and alarming at the INS network operations center; two year historical summaries; two years or more raw measurements; fault isolation tools which permit troubleshooting and in-depth traffic and protocol analysis; information on monthly recurring bandwidth costs; clearly identify areas where circuits may be downgraded or eliminated; provide a minimum of 30 second granularity with no data averaging or "smoothing" on circuit capacity utilization; advance notification of future upgrades; budgeting, planning, procurement, and technical data as well as access to third party auditing and validation of bandwidth providers; network modeling in terms of network design and "what-if" validation. The Nortel network performance and monitoring tool must be compatible with the currently installed INS IT architecture including: capable of installation on 1RU Sun/Cobalt server appliance; http/Java-based reporting and configuration; scalable on demand centralized or distributed data collection and storage with data collection from standard MIB-2 or Enterprise MIBs via SNMP; very efficient polling and storage. Warranty offered must be better than or equal to the warranty offered commercial customers as well as warrant that the product and service provided are as described and fit and merchantable for the purpose intended. Delivery, installation, technical support, documentation and warranty service (on a 24 X 7, on call basis with a 4 hour response time) must be included in the fixed price of the software. Delivery (and installation) of the system shall be F.O.B. Destination, to Immigration and Naturalization Service, 425 I Street NW, Washington DC 20536 within 60 calendar days after receipt of the order. FAR 52.252-1, Solicitation Provisions Incorporated By reference (FEB 1998), applies to this solicitation as follows: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://www.acqnet.gov. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial supplemented as follows - delete subparagraph (e) No alternate offers will be accepted. and FAR 52.212-2, Evaluation-Commercial Items. Subparagraph (a) of FAR 52.212-2, Evaluation -Commercial Items, (JAN 1999) is supplemented as follows: 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 evaluation factors considered. The factors and criteria shown below shall be used to evaluate offers. EVALUATION CRITERIA FOR AWARD. Award will be made to the Offeror providing the best value to the Government with technical merit (defined as meeting and/or exceeding to a definable degree all the technical requirements specified above), and past performance when combined, are significantly more important than price. Technical merit is more important than past performance. Technical merit has three adjectival ratings: Unacceptable - the offered product and/or warranty and technical support services do not meet the criteria stated in the solicitation; Acceptable -: the offered product and/or warranty and technical support services meet all the criteria stated in the solicitation; and Highly Acceptable - the offered product and/or warranty and technical support services exceed all the criteria stated in the solicitation. Past performance has the following adjectival ratings: Unsatisfactory - The relevant past performance of the Offeror indicates a substantial performance risk; Satisfactory - - The relevant past performance of the Offeror indicates no substantial performance risk; Excellent - - The relevant past performance of the Offeror indicates a substantial likelihood of excellent, timely performance. In responding to this combined synopsis/solicitation, each Offeror shall provide a technical proposal that effectively addresses the above evaluation factors. The technical proposal must furnish technical data such as test results that demonstrate the offered software product (and associated technical support and warranty requirements) can meet and/or exceed the requirements stated above in the purchase description. Prospective offerors are encouraged not to submit superfluous marketing material with their proposals. The Government may require the Offeror to undergo a live test demonstration at the Offeror's expense, at its facility or one acceptable to the Government in accordance with FAR 11.801(Preaward In-Use Evaluation) to demonstrate that the offered product meets the performance levels specified in the Offeror's proposal selected for but prior to award. The Offeror must furnish the following past performance information: 3 references to which the Offeror provided this or a similar product, installation, and technical and warranty support services; the technical and contracting points of contact names, addresses and telephone numbers, e-mail addresses; a short description of the product and services provided. Prospective offerors or contractors without a record of relevant past performance or for whom past performance is not available will receive a neutral rating. That is, the Offeror will not be rated favorably or unfavorably on past performance. The government may use past performance information obtained from other than the sources identified by the Offeror. . Technical merit and past performance will be evaluated adjectivally. The Offeror must propose one firm fixed price for the software product, delivery, installation, testing, technical support, and warranty maintenance as described above. Other applicable solicitation provisions and contract clauses are: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items supplemented as follows: (o) The contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract and conveys any express warranty normally offered its best commercial customer and all manufacturer's or dealer's warranties expressed or implied to the Government and add FAR 52.232-19, Availability of Funds for the Next Fiscal Year(April 1984).; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In addition to the clauses required by operation, the following clauses at FAR 52.212-5, sub paragraph (b) applies: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995); FAR 52.219-4, Notice of Price Evaluation preference for HUBZone Small Business Concerns (Jan 1999); FAR 52.219-8, Utilization of Small Business Concerns (October 2000); FAR 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns. (October 1999); FAR 52.222.21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (E.O. 11246)(Feb 1999); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (April 1998); FAR 52.222-36, Affirmative Action for Workers Disabilities (June 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Jan 1999); FAR 52.225-13, Restriction on Certain Foreign Purchases (July 2000);. FAR 52.232-34, Payment by Electronic Funds Transfer, -Other than Central Contractor Registration, (May 1999); FAR 52.239-1, Privacy or Security Safeguards (August 1996). All Offerors must submit a completed copy of FAR 52.212-3, Offeror Representations and Certification-Commercial Items, with their response to this combined synopsis/solicitation. Since this is a commercial item, FAR 12.603(c)(3)(ii) is used to establish the solicitation response time. In this synopsis references to offers, proposals, and responses are synonymous. Offerors are due to the Contracting Officer by August 15, 2002, at 2:00 p.m. Washington DC local time. The offers are to be mailed or hand carried to the contracting officer at the U.S. Immigration and Naturalization Service, 425 I Street NW Room 2208, Washington, DC 20536, Attention Ms. Jeanette Housen. All responsible sources may submit an offer that shall be considered by the U.S. Immigration and naturalization Service. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JUL-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 24-JUL-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Washington, D.C.
Zip Code: 20536
Country: United Stated
 
Record
SN00124785-W 20020726/020724215453 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.