Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10, 2001 PSA #2932
SOLICITATIONS

J -- SOFTWARE MAINTENANCE FOR GOVERNMENT OWNED SMART SOFTWARE

Notice Date
September 6, 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-B483
Response Due
September 21, 2001
Point of Contact
Sandra L. Agbayani, Purchasing Agent, 808-473-7541 fax: 808-473-0811; Joseph S. Saunders, Contracting Officer, 808-473-7509
Description
The FISC Regional Contracting Department Pearl Harbor Hawaii intends to negotiate, on an unrestricted basis, a contract utilizing FAR part 13.5. Request For Quotation number N00604-01-T-B483. 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: quotations are being required and a written solicitation will not be issued. The provisions and clauses in the RFQ 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 Continuous Software Maintenance for the following Government Owned Software. Maintenance includes: updates and telephone support. Item 0001: QTY 1 SU, (3 each -- Host ID# 809fbb3a, 727fbb3a, 72767395) Software -- SMART (Secure Messaging and Routing Terminal) Product Code: SS-SMART-02. Period of Performance, Base Period: 31 Mar 2002 through 30 Mar 2003, with Option 1, Period of Performance: 31 Mar 2003 through 30 Mar 2004 and Option 2, Period of Performance: 31 Mar 2004 through 30 Mar 2005. Item 0002: QTY 1 SU, (1 each -- Host ID# 7276ee5f) Software -- SMART (Secure Messaging and Routing Terminal) Product Code: SS-SMART-02. Period of Performance, Base Period: 01 Jun 2002 through 31 May 2003, with Option 1, Period of Performance: 01 Jun 2003 through 31 May 2004 and Option 2, Period of Performance: 01 Jun 2004 through 31 May 2005. Location of Software: Joint Intelligence Center Pacific, 352 Halawa Drive, Code SRF, Pearl Harbor, HI 96860-3120. Delivery of items will be FOB Destination. The NAIC code and the small business size standard for this procurement is 811212 and $18.0M, respectively. Contractor must be registered in the Central Registration Database (CCR) to be eligible for Department of Defense contract awards. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at http://procure.arc.nasa.gov or http://www.gsa.gov/forms/pdf_files/sf1449.pdf. Quoters shall provide the information required in FAR 52.212-3 Offeror Representations and Certifications -- -Commercial Items and FAR 52.212-3 Alt 1. The following clauses are applicable: FAR 52.212-1, Instructions to Offerors -- Commercial Items, Addendum (h): 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. Award will be made to the low cost, technically acceptable responsible offeror. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items, and 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 52.203-6 Restrictions on Subcontractor Sales to the Govt. with Alternate I (41 U.S.C 253g and 10 U.S.C 2402), FAR 52.222-21 Prohibition of Segregated Facilities, 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 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332) FAR 52.232-18, Availability of Funds, FAR 52.217-8, Option to Extend Services (a) 30 days, FAR 52.217-9, Option to extend the Term of the Contract (a) 30 days/ 45 days, c) 36 Months (Base plus 2 Option years). FAR 52.213-2 Invoices. DFARS clause 252.212-7000 Offeror Representation & Certifications Commercial Items and DFARS 252-212.7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Under this clause the following are 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 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.243-7002 Certification of Requirements for Equitable Adjustment (10 U.S.C. 2410). DFARS 252.204-7004 Required Central Contractor Registration. Review of Agency Protests (FISCPH) (APR 2000) (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 than 3:30pm, HST 21 Sept 2001. Proposals should supply an e-mail address of the quoter if one is available. The completed Representations and Certification clause FAR 52.212-3 Alt 1 and DFARS 252.212-7000 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.SA, Attn: Sandra L. Agbayani, 1942 Gaffney St., Suite 100, Pearl Harbor, Hi 96860-4549, or emailed to: sandra_l_agbayani@pearl.fisc.navy.mil. Facsimile proposals will be accepted at (808) 473-0811/2008.
Record
Loren Data Corp. 20010910/JSOL009.HTM (W-249 SN50W9S9)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on September 6, 2001 by Loren Data Corp. -- info@ld.com