Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 23,1997 PSA#1936

Immigration & Naturalization Service, Procurement Division, 425 I St., NW, Room 2208, Washington, DC 20536

D -- INFORMATION SERVICES SUPPORT SOL HQ-4567 DUE 092397 POC Betty Johnson, Contracting Officer, (202) 514-2062 This is a combined synopsis/solicitation for Commercial Items prepared in accordance with the format in Subpart 12.6, 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. Solicitation HQ-4567 is issued as a request for quotation (RFQ). The INS is seeking access to a nationwide database of employers to support the Employer Programs' General Administrative Plan selections and the LYNX database of investigative cases. Currently the subscription to the national database is procured through a FEDLINK Basic Ordering Agreement (BOA). Services required include: random selection of a pre-determined number of employers from a national database, handling monthly field case report submissions including case data entry; utilizing INS format editing and error reconciliation, maintenance of a national database of case records; on -- line query of case record database files through a local PC based interface; local statistical and ad hoc report generation relating to each INS office's cases and on line query capability to the national database. The period of performance shall be for a 12 months after receipt of the award. The INS intends to place an order using the FEDLINK BOA unless competition results in an offer more advantageous to the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. The SIC Code is 7379, Computer Related Services, Not Elsewhere Classified, size standard is $18,000,000.00. This is a fixed price requirement for one (1) line item as follows: Information services support for the work site enforcement program per the Statement of Work. The desired delivery date for commencement of services is 29 September 97. The contractor shall provide all materials, labor and transportation necessary to accomplish the above mentioned service. The following FAR provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offers-Commercial (Oct 95): 52.212-2, Evaluation-Commercial items (Oct 95). This is a Best Value requirement. The specific evaluation factors are: a) technical capability of the item offered to meet or exceed the Government requirement as expressed in the Statement of Work; and b) price. Technical solutions must meet the minimum requirements in the statement of work in order to be acceptable. Offers which are deemed technically acceptable shall be rated qualitatively as follows: (1) exceeds requirement -- The proposed technical solutions exceed the requirements specified in the statement of work . (2) Meets the requirement-The proposed technical solutions meet the requirements specified in the statement of work. (3)Unsatisfactory requirement- The proposed technical solutions does not meet the requirements specified in the statement of work. Award will be made to the offer deemed the best value to the Government, price and other factors considered. Technical is more important than price . As offers become more equal technically, price increases in importance. Copies of the Statement of Work are available by facsimile from the contracting officer upon request. Offerors must include with their offer completed copies of the provisions at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Jun 96); 52.212-4, Contract Terms and Conditions-Commercial Items (Aug 96); 52.247-34, F.O.B. Destination (Nov 91) is applicable. FOB Destination point is Immigration and Naturalization Service Headquarters, 425 I St. NW, Washington, D.C. 20536 Clause 52.215-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items(Aug 96), specifically includes the following clauses applicable to this solicitation: 52.222-3, Convict Labor; 52.233-3, Protest after Award; 52.222-26, Equal Opportunity (Oct 95); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Oct 95); 52.222-36, Affirmative Action for Handicapped Workers (Oct 95); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. Additional information is available by faxing a written request to Ms. Betty Johnson at 202-616-7876. Telephonic requests will not be considered. The request must include company name, address, commercial and fax phone numbers, and a point of contact. Offers must be received in writing by the Contacting Officer listed above no later than 3:00 p.m. Washington D.C. local time on 23 Sep 97. Award will be made on or about 29 Sep 97. All responsible sources may submit an offer, which, if timely received will be considered by this agency. (0262)

Loren Data Corp. http://www.ld.com (SYN# 0021 19970923\D-0009.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page