|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1997 PSA#1833General Services Administration, Information Technology Services, Fast
Program (7TF), 819 Taylor St., Rm. 11A30, Fort Worth, TX 76102-6105 D -- AUTOMATIC DATA PROCESSING EQUIPMENT SOL 7TF-97-0030 DUE 042897
POC Paulie J. Sosebee 817-978-0001 17(i). This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, the test program in FAR Subpart 13.6,
and FAR Part 15, 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!! 17(ii). Solicitation Number 7TF-97-0030. Request for
Proposal!! 17(iii). This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 90-45!! 17(iv). This is a full and open procurement under SIC
7373 Computer Integrated Systems Design!! 17(v). There are several
contract line items, which are not optional: LIST ITEMS 17(vi).
Description: (i) Provide computer hardware, software, systems
integration, training, software maintenance agreement and associated
services as outlined below in order to provide the Air Education and
Training Command (AETC) witha site/unlimited license that will
synchronize address book entries between the following major disparate
electronic messaging systems used in the AETC enterprise network
environment: DaVinci MHS version 2.02C; BeyondMail MHS versions: 2.0 &
2.1b; BeyondMail using Banyan Vines Street Talk Directory Assistant
(STDA) versions: 6.3, 6.4, 7.0, and 7.1; Groupwise versions: 5.0 & 5.1;
Microsoft Exchange versions: 4.0 & 5.0; Microsoft Mail versions: 3.2 &
3.5; CC-Mail version 2.1 (ii) Turn-key solution must provide: service
for the automatic collection of directory data; ability to store the
entire collection of directory data into a database (meta-directory) on
one server or distributed over many servers (distributed data must
present a single seamless view of its entire contents); ability to
provide directory synchronization for the entire MAJCOM, on one and/or
multiple, Intel platform(s) operating in the Microsoft NT Server
version 4.0 or later; capability to schedule the automatic
synchronization and propagation of directory data; capability to filter
directory data synchronization and/or propagation; scripting language
to facilitate the management and flow of information between connected
directories and the meta-directory; support for version 3 of the
Lightweight Directory Access protocol (LDAP) and the LDAPv3
connectionless oriented protocol (CLDAP); and LDAP server that supports
replication between servers; a web server that provides Web access to
the meta-directory; an LDAP enabled, graphical client for server
administration; ability to customize the way directory information is
presented to WEB browsers; support for the lightweight Internet Person
Schema (LIPS) (iii) Work with client point of contact to develop an
implementation plan that provides a complete timeline with milestones
to include training schedule and identifies the AETC sites to be
integrated into the directory synchronization solution, as outlined
(iv) Install and configure all ordered components in the computer
hardware as outlined. Responsibility for the operational status of all
hardware shall remain with the contractor until solution has been
accepted. After acceptance it is acceptable for client to obtain
subsequent hardware warranty service from the hardware manufacturer (v)
Install and configure the software package on the vendor supplied
hardware as outlined (vi) Integrate the directory synchronization
solution, as outlined in implementation plan (vii) Perform hardware and
software quality testing on both hardware and software ordered under
contract (viii) Provide client with administrator training for a
minimum of 12 students. Training shall be identified and scheduled in
the Implementation Plan and conducted on Randolph AFB at a location to
be determined and supplied by the client (ix) Provide technical
support to AETC CSS/SCYT, 61 Main Circle Suite 3, Randolph AFB, TX
78150-4546. Support shall consist of telephonic troubleshooting and
help desk technical support, Monday-Friday 7 a.m. to 4 p.m. CST
excluding Government holidays (x) Provide all manufacturer's warranties
for all requirements specified. The COTS software package shall include
a minimum of a 90 day warranty and first years software maintenance
that provides free software upgrades for patches, fixes, and updates
and technical support as specified above. After acceptance of turn-key
solution it is acceptable for client to obtain subsequent hardware
warranty service from the hardware manufacturer (xi) Contractor
warrants that each hardware, software, and firmware product delivered
under contract shall be able to accurately process date data
(including, but not limited to, calculating, comparing, and sequencing)
from, into, and between the twentieth and twenty-first centuries,
including leap year calculations, when used in accordance with the
product documentation provided by the contractor, provided that all
listed or unlisted products (e.g. hardware, software, firmware) used in
combination with such listed product properly exchange date data with
it. If the contactrequires that specific listed products must perform
as a system in accordance with the foregoing warranty, then that
warranty shall apply to those listed products as a system. The duration
of this warranty and the remedies available to the Government for
breach of warranty shall be as defined in, and subject to, the terms
and limitations of the contractor's standard commercial warranty or
warranties contained in contract, provided notwithstanding any
provision to the contrary in such commercial warranty or warranties,
the remedies available to the Government under this warranty shall
include repair or replacement of any listed product whose
non-compliance is discovered and made known to the contractor in
writing within 90 days after acceptance. Nothing in warranty shall be
construed to limit any rights or remedies the Government may otherwise
have under subject contract with respect to defects other than year
2000 performance. (xii) Acquire and deliver the required software
licenses and maintenance agreements to AETC CSS/SCYT, 61 Main Circle
Suite 3, Randolph AFB, TX 78150-4546 all software licenses and
maintenance agreements for items ordered under contract. Contractor is
encouraged to include in their proposal equipment marketed by other
suppliers when such inclusions provide the Government with a lower
overall system cost. However, the offeror will be the prime contractor
for the procurement and maintenance of a system(s) offered. The
offeror alone will be held responsible by the Government for
performance of all contractor obligations under any contract resulting
from the purchase, or maintenance of the entire system(s)
configuration solely to the prime contractor. Government The Government
shall provide no more than two workstations necessary for the
performance of this task, normal office space, local telephone service,
and additional resources required as deemed necessary by the client.
Client shall notify contractor within 10 work days of receipt of all
required items. After notification contractor shallbegin installation
and integration of the items within 15 work days. Installation and
integration, as specified in implementation plan, shall be completed
within 20 work days from start date of installation and integration.
Department of Labor Wage Determination No. 94-2522 applies. 17(vii).
Date of delivery NTE 60 days from receipt of award; Place of Delivery
and Acceptance is FU3089, 12 CS/SCBBO, 151 J Street East Bldg. 990,
Suite 100, Randaoph Air Force Base, Texas 7810-4337, Attn; Les Letcher
(210)652-2079, FOB destination!! 17(viii). Solicitation provision at
FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 1995)
is hereby incorporated by reference.!! 17(ix). The Government will
award a contract resulting from this solicitation to the responsible
offeror whose offer conforming to the solicitation will be most
advantageous, representing the best value to the Government price and
other factors considered. The following factors shall be used to
evaluate offers: Evaluation will be based on (1) Technical (a)
Technical capability of the item offered to meet the Government
requirement (b) Past Performance (see below) and (c) Delivery Terms --
ability to meet required delivery schedule and (2) Price. Factors are
listed in their relative order of importance. Past performance will be
evaluated as follows: Evaluation of past performance shall be based on
information provided by the offeror (see below) and any other
information the Government may obtain by following up on the
information provided by the offeror and/or through other sources (i.e.,
offeror's performance on previously awarded FAST delivery
orders/contracts and/or contracts with other Government entities). The
offeror must identify two Federal, state, or local government and
private contracts or delivery/task orders for which the offeror has
performed work similar to the statement of work in this solicitation.
References should include the most recent contracts completed within
the last two years. The offeror shall provide a point of contact,
current telephone number and fax number for each contract. This list is
due by the date established for receipt of proposals. 17(x). Offeror's
are reminded to include a completed copy of the provision at 52.212-3,
offeror Representations and Certifications -- Commercial Items, with
its offer.!! 17(xi). Clause 52.212-4, Contract Terms and Conditions --
Commercial Items (AUG 1996), is hereby incorporated by reference.!!
17(xii). Clause 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items (AUG 1996),
is hereby incorporated by reference. The following paragraphs apply to
this solicitation and any resultant contract(b)(2)52.203-10,
(b)(3)52.219-8,(b)(6)52.222-26,(b)(7)52.222-35,(b)(8)52.222-36,(b)(9)5
2.222-37,(b)(15)52.225-21.!! 17(xiii). Additional Contract Terms and
Conditions applicable to this procurement are: (i) N/A (ii) Type of
Contract: A firm fixed-price definite quantity, definite delivery
contract will be awarded. (iii) Period of Performance: Delivery no
later than 60 days after award of contract.!! 17(xiv). The Defense
priorities and Allocations Systems (DPAS) assigned rating for this
procurement is unrated.!! 17(xv). N/A!! 17(xvi). Signed and dated
offers one original must be submitted to GSA, FAST, 7TF, 819 Taylor
Street, Room 11A30, Fort Worth, TX 76102-6105, Attn: Paulie Sosobee,
Contracting Officer at or before 4:30 p.m.(CST), April 30, 1997.!!
17(xvii). Contact Paulie Sosebee at 817/978-0001.!!ÿ1A*** (W-113
SN065478) (0113) Loren Data Corp. http://www.ld.com (SYN# 0027 19970428\D-0001.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|