Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6, 2001 PSA #2930
SOLICITATIONS

J -- HARDWARE AND SOFTWARE MAINTENANCE

Notice Date
September 4, 2001
Contracting Office
Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549
ZIP Code
96860-4549
Solicitation Number
N00604-01-T-B150
Response Due
September 14, 2001
Point of Contact
G. Caban, (808)473-7528
E-Mail Address
Purchasing Agent (gail_a_caban@pearl.fisc.navy.mil)
Description
Solicitation number N00604-01-T-B150. The Regional Contracting Department Pearl Harbor Hawaii intends to negotiate sole source, unrestricted contract with Foundry Networks utilizing FAR part 13.5. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUIRED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The provisions and clauses in the solicitation are those in effect through FAC-97-27. The Regional Contracting Department, Fleet and Industrial Supply Center, Pearl Harbor intends on negotiating a firm fixed price contract for the following hardware and software maintenance: CLIN 0001: Continuous software/hardware support services for Foundry FastIron Work Group, TurboIron and BigIron 8000 Switch Operating Systems. Silver support includes: toll free phone support 24x7 with 1 hour response time. Web access to system software, product updates, and documentation updates. Three (3) day turn-around for hardware repair which includes all parts and labor. Spares program discount. Location: Joint Intelligence Center Pacific 352 Halawa Drive Pearl Harbor, Hi 96860-3120. CLIN 0001AA, Quantity: 18 each, Period of Performance: 01 October 2001 through 30 September 2002, FastIron Work Group Operating System, Code: FWGS24+ 1g, serial number: F00005871, F00005872, F00005873, F00005874, F00005875, F00005876, F00005877, F00005878, F00005879, F00005880, F00005881, F00005882, F00005883, F00005886, F00005887, F00005888, F00005884M F00005885. CLIN 0001AB: Quantity 10 each, Period of Performance: 01 January 2002 through 30 September 2002, FastIron Work Group Operating System, Code: FWGS24+ 1G, serial number: F00020450, F00020451, F00020452, F00020453, F00020454, F00020455, F00020456, F00020457, F00020458, F00020459. CLIN 0001AC: TurboIron Operating Systems, Quantity 5 each, Period of Performance: 01 January 2002 through 30 September 2002, Code: TS8F, serial numbers: F00016921, F00016922, F00016923, F00016947, F00016948. CLIN 0002: Continuous software/hardware support services Gold support includes: toll free phone support 24 x 7 with 1 hour response time. Web access to system software, product updates, and documentation updates. Three (3) day turn-around for hardware repair which includes all parts and labor, and advanced hardware replacement (able to request a replacement system be shipped prior to return of failed unit). And spares program discount -- 40% of list price. CLIN 0002AA, Quantity 2 each, Period of Performance: 01 April 2002 through 30 September 2002, BigIron 8000 Switch Operating Systems Code: B15000, serial numbers F00028371, F00028372. The NAICS code and the small business size standard for this procurement is 541519 and $18.0 mil, respectively. Contractor must be registered in the Central Registration Database (CCR) to be eligible for Department of Defense contract awards. The quoter shall provide the information required in FAR 52.212-3 Offeror Representations and Certifications Commercial Items Alt 1. The following clauses are applicable: FAR 52.212-1, Instructions to Offerors Commercial Items, a single award will be made. FAR 52.212-2, Evaluation Commercial Items the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items. Under this clause the following are incorporated by reference: FAR 52.219-21- -Segregate Facilities, 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (E.O. 13126). FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Disabled Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332), DFARS clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. Under this clause the following is incorporated by reference, DFARS 252.225-7001 Buy American Act and Balance of Payment Program (41 U.S.C. 10a-10d, E.O. 10582). DFARS 252.204-7004 Required Central Contractor Registration. FAR 52.232-18 Availability of Funds, Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for the contract purposes can be made. No legal liability on the part of the Government for payment may arise until funds are made available to the Contracting Officer for this contact and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. L331 Review of Agency Protests (FISCPH) (MAR 2001) (a) The contracting activity, Fleet and Industrial Supply Center Pearl Harbor (FISCPH) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). (b) Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate Reviewing Authority; or, a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Deputy Director, Regional Contracting Department (Code 200A), Fleet and Industrial Supply Center Pearl Harbor at 1942 Gaffney Street, Suite 100, Pearl Harbor HI 96861-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "Contracting Officer" or "Reviewing Official". (d) Offerors should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action.. Proposals must be received no later that 3:30pm, HST 14 September 2001. PROPOSALS SHOULD SUPPLY AN E-MAIL ADDRESS OF THE QUOTER IF ONE IS AVAILABLE. The quoter is encouraged to use the Standard Form 1449, "Solicitation/Contract Order for Commercial Items." The form can be found at http://www.gsa.gov/forms/pdf_files/sf1449.pdf. THE COMPLETED REPRESENTATION AND CERTIFICATION CLAUSE FAR 52.212-3 ALT 1 MUST ACCOMPANY YOUR BID. Clauses may be downloaded from the following site http://www.arnet.gov/far/. Proposals should be mailed to Regional Contracting Department, Fleet and Industrial Supply Center, Code 201A.GC, Attn: Gail Caban, 1942 Gaffney St., Suite 100, Pearl Harbor, HI 96860-4549, or e-mailed to : gail_a_caban@pearl.fisc.navy.mil. Facsimile proposals will be accepted at (808)473-0811/2008. See Note 22.
Record
Loren Data Corp. 20010906/JSOL008.HTM (W-247 SN50W7K0)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on September 4, 2001 by Loren Data Corp. -- info@ld.com