Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1998 PSA#2060

U.S. Department of Justice, Federal Bureau of Prisons, Procurement and Property Branch, 320 First Street NW, Washington, DC 20534

70 -- HARDWARE/SOFTWARE AND RELATED SUPPLIES AND SERVICES SOL ADP-98-011 DUE 042498 POC Ann Davis, Contracting Officer (202)616-6150 WEB: requirements and evaluation criteria, www.bop.gov/bopdocs.html. The Federal Bureau of Prisons (BOP) intends to establish a Blanket Purchase Agreement (BPA), national buy, using Federal Supply Schedule (FSS) Contracts, in a Contractor team arrangement. This is a combined synopsis/solicitation (Request for Quotation) for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is the Request for Quotation (RFQ). The solicitation number is ADP-98-011. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. This requirement is not a set-aside. Offerors are to enter "Teaming Partner arrangements", in which a potential Prime Contractor, a current GSA Schedule holder, agrees with one or more other companies to have them act as its subcontractors under its BPA (See FAR 9.6). Each Prime Contractor shall be fully responsible for performance regardless of any teaming arrangements. Each Teaming Partner mustalso be a holder of GSA's Group 70 schedule as of April 24, 1998. Only one response is allowed from a team and shall be submitted by the Prime Contractor rather than from various team members. The Prime Contractor is required to maintain an Internet homepage. The BOP currently plans a single source award. An award under the BPA program does not ensure that any orders will be placed. However, if orders are placed under this BPA they will be placed similarly to placing orders against an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The minimum amount that may be ordered is 0. The period of placement of orders will be from the date of award through September 30, 2003, contingent upon the Prime Contractors ability to maintain FSS Contractor Status throughout the specified period. The Government intends to acquire competitive prices on items on a Brand Name or Equal basis. If the offeror is providing other than the brand name identified, the Offeror shall provide detailed information that describes theitems compatibility with the brand name item and furnish information that guarantees performance with the BOP installed base. Items required under this solicitation can be retrieved in full text at the following url:http://www.bop.gov/bopdocs.html To be considered for award, firms meeting these conditions must provide the following information for itself and each Teaming Partner by April 24, 1998: 1. Provide a brief (one line) description for those orders/contracts received within the last three years best illustrating the firm's ability to provide the required supplies/services, with a point of contact and telephone number who can provide information about the quality of support provided. This may not exceed one page per firm. 2. Dollar amounts of Government sales by year for the past three years. Briefly describe the firm's intended means of publicizing its services to potential BOP users, if awarded a BPA. Summarize the capabilities of the firm that will be most important in attracting BOP business. This may not exceed two pages per firm. 3. Describe the personnel and physical resources of the firm-numbers and kinds of technical personnel to be made available to BPA users and location of facilities. 4. Provide two copies of the firms' and any teaming partners' current GSA Group 70 schedules annotated with % of discount below the GSA prices to be afforded BPA users. Submittal to this request are due by 2:00 p.m. Eastern Standard Time on April 24, 1998. Selection may be made based solely on this submittal, but the BOP anticipates it will be necessary to obtain additional information from a small number of the best qualified firms responding to this initial request. Information from this submittal will be used to evaluate firms under the following criteria: Best Management Approach and Past performance -- this will include evaluation of the information requested above. Equipment Reliability and Standardization Factors -- this will include evaluation of the proposed item is reliable and interoperable with each other item with which it would normally be expected to function. The offeror shall propose equipment and software that is compatible to the maximum extent possible with currently installed equipment. Equipment Availability -- The Contractor shall offer equipment items having the best compatibility and reliability characteristic; however, for purposes of enhanced availability, the Contractor shall utilize at least two different GSA Schedule vendors/manufacturers for items designated as "multi-vendor eligible" equipment. This equipment includes: workstations, laptop/notebook computers, and printers. Multi-vendor equipment items are indicated by an asterisk(*) in the equipment list shown as Attachment A. Price -- this will include evaluation of the discounts and their correlation to most advantageous unit price as submitted from the prime offeror and any teaming partner. An award will be made on the basis of best value to the Government. Offerors are required to complete and return with the quotation FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and incorporates those clauses identified as items (1) through (9). The FAR Subpart 39.106, Year 2000 Compliance and GSA Recommended Year 2000 Contract Language, applies to this acquisition. FAR references can be retrieved in full text at the following url: http://www.arnet.gov/far. GSA reference can be retrieved in full text at the following url: http://www.itpolicy,gsa.gov/mks/yr2000/contlang.htm. (0083)

Loren Data Corp. http://www.ld.com (SYN# 0323 19980326\70-0004.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page