|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1997 PSA#1914Commander, Marine Corps System Command, Code CTQ, 2033 Barnett Avenue,
Ste 315, Quantico, VA 22134-5010 70 -- PURCHASE OF SOFTWARE DEVELOPMENT TOOL & MAINTENANCE SUPPORT,
MCTSSA, MCB CAMP PENDLETON, CA SOL M67854-97-Q-5702 DUE 090497 POC
Contact Contract Specialist, Susan Humann or Contracting Officer,
Esther Christianson, (760) 725-2478 This is a combined
synopisis/solicitation for commercial items prepared in accordance with
the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; quotes are being
requested and a written solicitation will not be issued. Solicitation
Number M67854-97-Q-5702 is issued as a request for quote (RFQ). The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-46. This is a total
small business set-aside. SIC 7372, $14.5m. The Government requires:
CLIN 0001 -- Fifteen (15) True Change Rapid Team Development Tool
Permanent License or equal . CLIN 0002 -- Fifteen (15) True Change one
(1) Year Maintenance or equal for CLIN 0001. CLIN 0003 -- Training for
True Change Software or equal. Training shall consist of two (2) people
at the vendors training facility for two (2) days. CLIN 0004 -- Ten
(10) TrueChange -- Rapid Team Development Tool Temporary License for a
period of performance of seven (7) months starting from the date of
delivery. CLIN 0005 -- Ten (10) True Change Seven (7) Month Maintenance
or equal for CLIN 0004. The Government requires that these items, CLINS
0001, 0002, 0003, 0004, and 0005 are TRUE CHANGE or equal, and shall
meet the following minimum functional and performance specifications:
1: Software shall be based on change-set technology which shifts the
unit of change and management from individual files to logical changes
such as bug fixes and features. 2: A selectable change system which
stores changes as independent, selectable and self-contained units of
changes that are not tied to any particular version. The fundamental
unit of specification is the change (e.g. a feature, a bug fix)
versions of an application are implicitly or explicitly specified as a
collection of change-sets (allow users to create new file revisions by
applying change-sets to an application version). A change-set does not
need to correspond to differences between file revisions (e.g. new
file). 3: Support concurrent and fast moving life cycles. 4: Implement
central reference for seamless team cooperation. 5: Use the building
inventory, simplify multi-platform builds. 6: Manage your complete
inventory. 7: The software product shall offer a physical security
feature with the use of script files to control user access privileges.
8: The software program shall ensure that every interaction occurs in
the same way across all users with the same privileges. 9: The software
product shall be built from the group up around "change sets" and the
"selectable change" model. 10: The software product shall create and
maintain at all times an inventory of "change sets", self-contained,
re-usable and easily movable units of change that include all changes
to any number of files corresponding to a particular fix, feature, or
enhancement. 11: The software product shall implement all
second-generation life cycle management functions (configuration
management, process management, guild management) at the level of
complete change sets, allowing the user to perform all management
functions in the same context they use to plan and implement. 12: The
Software product shall allow transparent inter-operability across NT,
UNIX, VMS and Windows desktop. 13: The Software product shall include
a complete "out-of-the box" configuration management process and
graphical user interface, customizable to fit specific requirements.
The software product shall include a built-in programming language for
creating customized reports, implementing reusable procedures, and
performing source code analysis. 14: The software product shall show
relationships between source code structure (e.g., CALLS, CONTAINs,
INCLUDEs) and updates them as changes are made. CLINs 0001, 0002, 0003,
0004, and 0005 shall be delivered F.O.B. Destination, and accepted at
MCTSSA, Supply Officer, Bldg 31345, Camp Pendleton, CA 92055-5171 no
later than three (3) calendar days aftercontract award. The provision
at FAR 52.212-1, Instructions to Offerors- Commercial, applies to this
acquisition. For evaluation purposes, the provision at FAR 52.212-2,
Evaluation-Commercial Items, shall apply. The Government will award a
contract resulting from this solicitation to the responsible offeror
whose offer conforming to the soliciation will be most advantageous to
the Government, price, and other factors considered. The following
factors shall be used to evaluate offers: Technical capability, ability
to meet required delivery date, and price. The offerors shall identify
where the offered items meet or does not meet each of the Governments
functional and performance minimum specifications listed herein. Any
offeror who submits a quotation on a "equal product" is required to
clearly identify the item by brand name, if any, and make or model
number, and provide literature (e.g., catalog, description, etc.) which
shows that the offered products meets the salient functional and
performance characteristics as listed herein. Technical capability and
ability to meet required delivery date constitutes minimum criteria
for acceptable award. Failure to meet one of the two criteria shall
render the quote to be technically unacceptable and the quote shall not
be considered for award. Award will be made to the responsible offer
which meets the criteria of both of the minimum factors and which
offers the lowest price. Offerors shall include a completed copy of the
provision at FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items, with quote. The provision at FAR
52.212-5, Contract Terms and Conditions Required To Implement Statues
or Executive Orders-Commercial Items, Subparagraphs (a), (b), (6), (7),
(8), (9), (10), (14), and (d) and (e), apply to this acquisition and
are hereby incorporated by reference. The provision at FAR 52.219-6,
Notice of Total Small Business Set-Aside and DFARS 252.211-7003 "Brand
Name or Equal" apply to this acquisition. The clause at 52.212.-4,
"Contract Terms and Conditions -- Commercial Items", shall be
incorporated into the contract by reference. Quotations are due in the
MCTSSA Contracts Section, PO BOX 555171, Camp Pendleton, CA 92055-5171
no later than 2:00 p.m. on 4 September 1997. The point of contact for
information regarding this solicitation is Sue Humann at (760)
725-2478. (0231) Loren Data Corp. http://www.ld.com (SYN# 0365 19970821\70-0011.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|