Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1997 PSA#1833

General 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