Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 31,2000 PSA#2653

DLA Administrative Support Center (DASC), Office of Contracting (DASC-CP), 8725 John J. Kingman Rd., Suite 0119, Ft. Belvoir, VA 22060-6220

D -- INFORMATION TECHNOLOGY SERVICES, INCLUDING TELECOMMUNICATION SERVICES AND SOFTWARE PURCHASE/INSTALL SOL SP4700-00-Q-0023 DUE 080700 POC Ms. Carol R. Leon, Telephone (703)767-1167 or via e-mail carol_leon@hq.dla.mil Defense Supply Center Philadelphia (DSCP) is in need of purchasing software in support of our Readiness effort. Within the Directorate of Subsistence, our Operational Ration Commodity Business Unit (CBU) ensures readiness for the Armed Services worldwide by balancing the Services' go-to-war requirements with the support of global industry. By integrating the commercial and military industrial base through various executable planning initiatives, the office is able to maintain a strong readiness posture with a minimum peacetime investment. This is a sole source combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6 an FAR 5.203 (a)(2), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposal is being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19 and Defense Acquisition Circular 91-13. The standard industrial classification code is 7373, Prepackaged Software, $18 million. This also serves a notice of intent to negotiate on a sole source basis (Ref. FAR 6.302-1, Only one Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements), with Technology Works, Inc, of 417 Longview Drive, West Chester, PA 19380-3879 on an other than full and open competitive basis because they are the only known source for the software. The offeror shall provide separate pricing for each of the following: Visual Manufacturing includes VMDI (EDI) module, MPS/MRP advanced planning module, LOT/SERIAL Traceability module, Visual Data Import utility, Oracle Router Module, Development Environment (5 users), Annual Maintenance, Annual Dev Environment Maintenance, and Install/Implementation Planning/User Training (25 days). The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights with regards to the other terms and conditions of this contract. In the event of a conflict, the terms of the contract shall take precedence over the warranty. The warranty shall begin upon final acceptance of the applicable deliverables listed in the schedule. This procurement will be F.O.B. Destination and delivered to: Defense Supply Agency, Defense Supply Center Philadelphia, 700 Robbins Ave. Bldg 6, Philadelphia, PA 1911-5092, Attn: Robert Crawford. Inspection and final acceptance shall occur during installation. FAR 52.212-2 INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS (MAR 2000) is incorporated by reference and applies to this acquisition. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (FEB 2000), is hereby incorporated by reference. The following clauses apply to this solicitation and any resultant contract, FAR 52.203-6,Alternate I, FAR 52.212-4, FAR 52.216-24, FAR 52.222-35, 52.222-37, FAR 52.232-33, FAR 52.222-26, DFARS 252.225-7001, DFAR 252.225-7002, and DFARS 252.247-7023. One firm fixed priced contract will be awarded for Software and one firm fixed priced will be awarded for Installation, Implementation, and Training as a result of this solicitation. The Defense Priorities and Allocations Systems (DPAS) assigned rating data for this procurement is DO-C9E. One original signed and dated firm fixed price proposal for each requirement must be submitted to Carol Leon, Contracting Officer, DLA, by 3:30 P.M. EST August 7, 2000. For information regarding this solicitation contact Carol Leon, Telephone # 703-767-1167 or via e-mail: carol_leon@hq.dla.gov or fax correspondence/requests to the contact above at facsimile 703-767-1172. The SOFTWARE must functionality allow the Rations CBU to: Manage Ration Assemblies, Maintain Item data, Build Ration Assemblies, Complete Assembly/Component Analysis, Maintain Location data, Allow for Receipt processing using Electronic Data Inquiries transmissions, plan for and manage Component requirements, Local support capability, Compatibility with Oracle database, Multiple location capability, Multiple lot capability, Identified as a bolt-on to Business System Modernization project, Client/Server environment. The software package must allow the subsistence user to schedule end-assembly build orders at the depots without having to manually enter individual component requisitions into the Defense Integrated Subsistence Management System (DISMS). It also must provide item management capabilities allowing for the set-up, management, and analysis of end-item/component relationships. The user can forecast annual buy requirements, schedule and keep track of in-process assembly inventories, as well as in-transit inventories, perform "what-if" scenarios, determine on-hand, due-in, and months of supply levels for end-items and components, and communicate with DISMS for the updating of DISMS files to reflect ration item management. It must allow the Meals Ready to Eat (MRE) program to track commercial production and Government Furnished Merchandise (GFM) inventories, as well as in-transit levels. Posted 07/27/00 (W-SN479682). (0209)

Loren Data Corp. http://www.ld.com (SYN# 0031 20000731\D-0008.SOL)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |


Created on July 27, 2000 by Loren Data Corp. -- info@ld.com