Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 5,1998 PSA#2152

Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn Station, Arlington, VA 22219-0244

K -- UPGRADE OF HARDWARE PLATFORMS WHICH HOST THE AUTOMATED TERMINAL SYSTEM, THIRD GENERATION (ATS-III) AND THE STATE AUTOMATED RELAY SYSTEM (STARS) FOR THE U. S. DEPARTMENT OF STATE MESSAGING CENTERS. SOL S-OPRAQ-98-R-0119 DUE 083198 POC Jean M. Rees (703) 875-6991 This is a COMBINED SYNOPSIS SOLICITATION for commercial items prepared in accordance with FAR 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. This Request for Proposal (RFP) is issued under Solicitation number S-OPRAQ-98-R-0119 and the resultant contract will incorporate all required provisions and clauses in effect through Federal Acquisition Circular 97-6. This procurement is 100% set aside for small business participation with the Standard Industrial Classification (SIC) code 7035; the small business size standard is 1,000 employees. It is anticipated that a Firm Fixed Price (FFP) contract to one vendor will result from this solicitation. The government reserves the right to order any or all of the contract line items for the duration of the contract to be one calendar year from date of contract award. The synopsis/solicitation for commerical items is as follows: Performance of the following systems upgrades shall include full on-site installation of all equipment which includes the initial configuration and hardware set-up, along with integration of all purchased peripherals. The contractor shall provide the brand name equipment only as stated with no substitutions. All hardware revision levels and firmware must be compatible with Concurrent Computer Corporation OS/32 Rev 9.2.2. The contractor must certify all new and refurbished equipment meets year 2000 compliance. Performance of this requirement includes site audits at the Main State Building Messaging Center in Washington D.C. and the Beltsville Messaging Center in Beltsville, Maryland to develop the configuration/installation plans; submission of written installation plans within two weeks of contract award; provision of all equipment delivered F.O.B. destination within sixty calendar days of award; submission of all manuals, diagrams, warranties, within sixty calendar days of award; on-site installation of all equipment within 120 calendar days of award; final acceptance testing of each configured system with evidence of satisfactory performance which includes successful completion of all applicable diagnostic routines and OS/32 rev. 9.2.2 operational performance test. The vendor will be required to conduct initial orientation training, including operation, configuration of peripherals and boards, the Configured Diagnostic System (CDS), and the diagnostic testing procedures while still on-site. To be considered responsive to the solicitation and eligible for award, offerors must submit an offer detailing all equipment and specifications proposed, all terms and conditions proposed and the proposed pricing for all of the following contract line items (CLIN): CLIN 0001 Quantity two (2), each Site Audit includes all travel expenses with written installation plan. CLIN 0002 Quantity two (2), each Concurrent Computer Corporation MDL 3280 MPS installed with the following: 1 each 72" Primary Cabinet with 5-board CPU Set, 3 each 5 board IOP/APU's, 1 each 3 Processor I/O Expansion Processor Chassis, 128 Mbytes Composite Memory, 4 each 35-941 XDMAI Expanded Interface, 1 each Configured Diagnostic System (less monitor), 1 each 72" Powered I/O Expansion Cabinet configured with: 2 each 20-slot I/O Expansion Chassis, 1 each complete set of inter-cabinet wiring and all attaching cables to the I/O ports. CLIN 0003 Quantity two (2), each Concurrent Computer Corporation MDL 3280 MPS installed with the following: 1 each 72" Primary Cabinet with 5-board CPU Set, 3 each 5 board IOP/APU's, 1 each 3 Processor I/O Expansion Processor Chassis, 128 Mbytes Composite Memory, 6 each 35-941 XDMAI Expanded Interface, 1 each Configured Diagnostic System (less monitor), 1 each 72" Powered CPU I/O Expansion Cabinet configured with: 2 each 5-board IOP/APU's, 1 each 2 Processor I/O Expansion Processor, 1 each 20-slot I/O Expansion Chassis, 1 each 72" Powered I/O Expansion Cabinet configured with 2 each 20 slot I/O Expansion Chassis, 1 each complete set of inter-cabinet wiring and all attaching cables to the I/O ports. CLIN 0004 Quantity two (2), each Concurrent Computer Corporation MDL 3280 MPS installed with the following: 1 each 72" Primary Cabinet with 5-board CPU Set, 2 each 5-board IOP/APU's, 1 each 2 Processor I/O Expansion Processor Chassis, 128 Mbytes Composite Memory, 3 each 35-941 XDMAI Expanded Interface, 1 each Configured Diagnostic System (less monitor), 1 each 72" Powered CPU I/O Expansion Cabinet configured with 2 each 20-slot I/O Expansion Chassis and 1 each complete set of inter-cabinet wiring and all attaching cables to the I/O ports. CLIN 0005 Quantity two (2), each Kardios Ethernet TCP/IP Interface Single First Site Version including full media and documentation, TCP/IP and Telnet capability. CLIN 0006 Quantity four (4), each Kardios Ethernet TCP/IP Interface Single Version including right to copy software with no media or documentation, TCP/IP and Telenet capability. CLIN 0007 Quantity five (5), each 72" Floor Saver Unpowered I/O Cabinet with 09-072 power distribution panel. CLIN 0008 Quantity twentyfour (24), each MPC Cards, minimum F02 R10, with connecting cables to I/O panel. CLIN 0009 Quantity four (4), each MPC Cards, level F03 with connecting cables. CLIN 0010 Quantity eighteen (18), each High Speed Bus Switch (HPIOS) Cable set includes cables and boards. CLIN 0011 Quantity twentyfour (24), CRT terminal cables. CLIN 0012 Quantity two (2), complete sets of manuals and diagrams for installation, operation, and maintenance of all supplied units and components. CLIN 0013 Quantity two (2), each Vendor Recommended Spare Parts Kit including prices. Contractor shall provide industry standard warranty and year 2000 compliance documentation on all new and refurbished equipment upon delivery. Equipment must be delivered F.O.B. Destination to U. S. Department of State, 2201 "C" Street, NW, Washington, D.C. and/or State Annex 26, Beltsville, MD, as stated in the approved installation plan, no later than 60 calendar days after contract award. Installation, final testing, manuals/diagrams, warranties and training shall be included in the respective CLIN pricing. FAR 52.212-1 -- Instructions to Offerors -- Commercial Items, applies to this acquisition with the addenda that offerors must agree to hold their proposal firm for 60 calendar days from the date specified for receipt of offers. Offerors are advised that award may be made without discussions to the one responsible offeror whose proposal is responsive to the terms of the RFP and is most advantageous to the government. Each offeror is required to provide past performance information for similarly completed requirements as follows: at least 3 recent contracts/projects listing contract numbers, technical and contractual points of contact (POCs), along with current telephone numbers. FAR 52.212-2 Evaluation-Commercial Items applies to this solicitation and the following evaluation criteria shall be used to determine technical offers eligible to be considered for award and evaluated: Delivery of exact equipment/components as specified and quantity specified in RFP and with no substitutions. The additional following evaluation criteria shall also be used to evaluate eligible technical offers and are listed in order of importance: (1) Warranty (2) Delivery of all equipment 60 calendar days after award with limited number of shipments (3) Demonstrated expertise completing installation projects of comparable size/complexity within past 3 years; (4) Site audit with installation plan, manuals and diagrams (5) Vendor Recommended Spare Parts kit/plan. Price proposals will be evaluated. Offerors are advised that this is a best value procurement with technical proposals being of primary importance. As technical evaluation scores become more equal, price or other commercial incentives offered can be the tradeoff factor. Contractor proposed financing will not be evaluated as payment will be made in accordance with the Prompt Payment Act. Offerors must include a completed copy of FAR 52.212-3-Offeror Representations and Certifications -- Commercial Items. FAR clause 52.212-4 -- Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-commerical items, will apply to the resultant contract: 52.203.6 (Alternate 1), 52.219-6, 52.219-8, 52.222.26, 52.222.35 (DOS Deviation), 52.222-36, 52.222-37 and 52.225-3. The following clauses are incoporated by reference DOSAR clauses 652.203-70, 652.203-71 and 652.206-70 will apply, as well as the Arab League Boycott of Israel and Export Administration Act clauses which are available from the Contracting Officer pending inclusion in the DOSAR; in addition, offerors must certify that they: (a) do not comply with Arab League boycott of the State of Israel, by taking or knowingly agree to take any action with respect to the boycott of Israel by the Arab League countries, which Section 8(a) of the Export Administration Act of 1979, as amended [50 USC App 2407(a)] prohibits a U.S. person from taking, or (b) discriminating in the award of subcontracts on the basis of religion. The date and time set for receipt of offers is August 31, 1998 at 2:00 p.m. local time. The address that shall be used for all mailed documents including registered documents (return receipt requested) and special delivery document, is: U.S. Department of State, A/LM/AQM/INF/TEL, P.O. Box 9115, Rosslyn Station, Arlington, VA 22219. The address that shall be used for hand delivery, Express Mail, Federal Express, is: U.S. Department of State, A/LM/AQM/INF/TEL, 1701 North Fort Myer Drive, 5th Floor, Room 528, Arlington, VA 22219. Oral, Internet or FAX offers will not be accepted. For information regarding this solicitation contact Jean M. Rees (703) 875-6991. Posted 08/03/98 (W-SN231581). (0215)

Loren Data Corp. http://www.ld.com (SYN# 0071 19980805\K-0001.SOL)


K - Modification of Equipment Index Page