Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2004 FBO #1012
SOLICITATION NOTICE

59 -- Database training and computers sought for Baghdad

Notice Date
8/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W914NS04Q9012A
 
Response Due
8/10/2004
 
Point of Contact
Paul Winka, Contracting Officer, Phone 703-343-9222,
 
E-Mail Address
paul.winka@cpa-iq.org
 
Description
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. PLEASE NOTE, FAR 52.211-6, BRAND NAME OR EQUAL APPLIES. THUS, THE SPECIFICATIONS ARE SOMEWHAT FLEXIBLE. ALTERNATIVE SPECIFICATIONS AND SOLUTIONS WILL BE CONSIDERED. BIDDERS ARE ENCOURAGED TO SUBMIT AS COMPLETE A PROPOSAL AS POSSIBLE. QUOTES MUST BE SUBMITTED THROUGH EMAIL. (II) Solicitation W914NS-04-Q-9012 is being issued as a request for proposal (RFP). (III) This solicitation incorporates clauses and provisions in effect through the Federal Acquisition Circular 01-23. (IV) This requirement is being synopsized as full and open competition under NAICS Code 334111 & 541512, Computer, Servers, Systems Consulting & Training. XXXXX The Iraqi Minister of Interior (MoI) qualifying committee has developed a personnel service information (psi) form, which will provide all administrative information necessary to determine personnel qualifications, and must be entered into a database to facilitate detailed analysis of personnel qualification. The data from the information form will provide the MoI with all information necessary to issue ID cards, manage payroll and perform all other administrative and personnel management functions at the MoI. The contractor will warrant the system to perform the functions required and will provide one year of warranty support, to include re-training classes. The warranty will cover the software and hardware training. XXXXX LI 1: 2 each, DTK Cosmos 875 Servers, each with Intel i875 Chipset, 533 MHz FSB, five 32-bit master PCI bus slots and 8X-AGP slot, support Intel Hyper-Threading, 2 IDE sockets to support up to 4 IDE drives, Tower Server Case, 400W Server PSU, 2.46 GHz Intel, 512 KB L2 cache, 1GB DDR Memory, ECC Registered, 73GB Ultra 160, 10K RPM ultra 160 SCSI controller, single channel 16X DVD ROM, 1.44 MB 3.5” drive, 32 MB 3D-4X-VGA card, 10/100/1000 server network connector, integrated audio, multimedia speakers, PS2 MS compatible keyboard, PS2 mouse with scroll wheel, 17” SVC color 1024x768 CRT. 20/40 gig DLT Backup and software on servers. XXXXX LI 2: 40 each, DTK Cuatro workstations, each with Intel 865 PE chipset, tower case, 250W PSU, integrated audio and multimedia speakers, 2.4 GHz Intel, 512 KB L2 cache 256MB DDR Memory, 40 GB fast ultra DMA IDE (7200 rpm) 16X DVD ROM, 1.44 FDD 3.5”, 8xAGP with 32MB 3D 4X-VGA card, 5PCI slot, 10/100 MBPS Ethernet card with WOL, PS2 MS compatible keyboard, PS2 MS Mouse with scroll wheel, 15” SVG color, 1024x768 CRT, Win XP Pro. XXXXX LI 3: 2 each, MGE Pulsar Ellipse 1200 Off-line tower format. XXXXX LI 4: 1 each, GE UPS LANPRO 10 KVA true on-line double conversion, single phase-in, single phase out, 8 minute backup time at full load. XXXXX LI 5: Installation, networking, integration and training. Provide networking for above equipment in MoI building, provide equipment integration and startup, provide formal training for 10 personnel. XXXXX LI 6: The contractors will provide consultants within two weeks of contract award who will coordinate with MoI personnel to develop a personnel database that will allow supervisors to search and sort by any of the data fields in the psi form, for approximately 150,000 Ministry employees. The database shall use Arabic language for data entry. Copies of the 2-page psi form, in English and Arabic, are available by request. The host database program shall be Microsoft Access, Oracle, or approved equal. The database shall be constructed to facilitate accurate data migration to and from the MoI ID Card Production System, which uses EPI Suite Pro V5.0 by ImageWare Systems, Inc. The resulting contract will be a Firm Fixed Price type Contract under FAR Part 12 – Acquisition of Commercial Items. (V) COMMERCIAL ITEM DESCRIPTION: Contractor shall provide a complete and usable end product. Contractor must provide pricing on all items for their quote to be accepted. No alterations, additions, or deletions shall be made unless by prior written approval of the Contracting Officer. All work must meet or exceed acceptable industry standards and codes for the building trades. Items will be listed by line item number, (VII) Place of delivery / performance: Baghdad, Iraq, will be the location of all supplies and services. All Cost included, Firm-Fixed Price. All duties and tax are the responsibility of the Contractor. All shipments shall be marked “Iraq Reconstruction Program” and “Shipment in transit for Humanitarian Purposes”. Recent Changes in the Tariff Charges coming into Iraq require a 5% fee effective 15 April 2004. That fee is waived for the items being acquired for Humanitarian Purposes. The Awardee will be provided the appropriate form to be included with all packages and invoice for this waiver if the items are being shipped into Iraq expressly to fill this requirement. DELIVERY ** the quote shall detail a schedule how it will assure that delivery / performance will be accomplished. The PRICING PROPOSAL PORTION - The Contracting Officer will EVALUATE PROPOSALS and award on the basis of the offeror with the overall Best Value considering Technical Approach, Price, and Past Performance. Factors for Award are listed in descending order of importance as follows: 1) Technical Approach 2) Price 3) Past Performance. Offers should be submitted in three separate volumes: 1) Technical Approach 2) Past Performance 3) Price. Technical Approach will be evaluated on the basis of how well the proposal describes how the offeror intends to meet the requirements of the SOW. Past performance will be evaluated on the extent and relevancy of experience on similar efforts. The Price Proposal Price portions will be evaluated based on prices alone. The offeror should include all elements addressed in the requirement. See attached Source Selection Plan for specific evaluation methodology. The Contracting Officer intends to make an award without discussions. F.O.B. POINT IS DESTINATION. (VIII) Provision 52.212-1, Instructions to Offerors- Commercial Items applies. (IX) Provision 52-212-2, Evaluation _ Commercial Items applies. Proposal will be evaluated on technical, past performance, price, price related factors. *Refer to the Source Selection Plan (SSP) for the specific evaluation plan* (X) Offerors are required to submit a completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items with their offer, which can be found at http://www.arnet.gov/far/. (XI) Clause 52.212-4, Contract Terms and Conditions- Commercial Items and any addenda the clause applies to this acquisition. (XII) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to the award document. (XIII) 52.211-6, Brand Name or Equal. (XIV) N/A. (XV) N/A. (XVI) Proposals will be due to the Program and Contracting Office (PCO) – Contracting Activity, Republican Presidential Compound Baghdad, Iraq APO AE 09316, by 10 August 2004, 1700 local Baghdad time. Please note, Iraq is eight hours ahead of Eastern Standard Time. *Quotes MUST be emailed to the listed point of contact.* Offerors are advised that in accordance with FAR 15.208 (b)(1)(i), proposals submitted electronically and not received by the designated point of contact by the specified date and time will be considered late unless received at the initial Government point of entry by 1700 one day prior to the date specified for proposals. Due to the limited resources available at the PCO location, please limit your company name or logo to just the cover page of your submission/s. (XVII) Point of Contact is Capt Paul Winka, paul.winka@cpa-iq.org, or paul_winka@yahoo.com. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-AUG-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-SEP-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/CPAIRAQ/APOAE/W914NS04Q9012A/listing.html)
 
Place of Performance
Address: Baghdad
Zip Code: 09316
Country: Iraq
 
Record
SN00663856-F 20040903/040901214207 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.