Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 11, 2001 PSA #2890
SOLICITATIONS

D -- SERVICE TO CREATE, MANAGE AND MONITOR A COMMERCIAL (.COM) WEB SITE.

Notice Date
July 9, 2001
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
ZIP Code
78150-4525
Solicitation Number
Reference-Number-F7AFMEA11440100
Response Due
July 13, 2001
Point of Contact
Shirley Puente, Contract Specialist, Phone 210-652-5183, Fax 210-652-2759, Email shirley.puente@randolph.af.mil -- Jody Ehrhardt, Contract Specialist, Phone 210-652-5183, Fax 210-652-2759, Email jody.ehrhardt@randolph.af.mil
Description
This is a combined synopsis/solicitation for commercial items 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. Notice of Intent to award a sole source procurement. The 12th Contracting Squadron at Randolph AFB, TX intends to issue a sole source purchase of services to create, manage and monitor a commercial (.COM) web site to host the 2001 CSAF Survey and provide remove administration, server statistics, and Web site information. The requirement is to provide two servers with the following specifications: Dual 1GHz Processors, 2 GB RAM, Windows 2000 Server with Internet Information Server 5, 18 GB SCSI Drive (x3), RAID 5, 18 GB SCSI Hot Standby Drive, 125 GB Monthly Data Transfer for a six (6) month period. Only one responsible source and no other supplies or services will satisfy agency requirements. This is not a request for competitive proposals. However, interested persons may identify their interest and capability to respond to the requirement or submit proposals with five (5) calendar days after date of publication of this notice of intent. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The SIC Code is 7375, size standard is $18 mil and the NAICS code is 514191. The contractor shall furnish all labor, personnel, equipment, supervision and other equipment necessary to perform complete the following requirement. The service provider will create the Web site using the dual server configuration. The site will have a virtual IP address and each server will have an IP address. The site will have a PIX 525R Firewall in front of the Web site.The service provider will have high-speed access and connection to the 9 major Internet service provider's (AT&T, Sprint, MCI, UUNet, Quest, SBC, Broadwing, Time Warner and Savvis) main communications lines . The local network must support at least 100MB switched connection to the Web site. The service provider will comply with site down time not to exceed 15 minutes and any one time. The service provider will provide a Hot Standby hardrive for a possible single hardrive failure on the RAID 5. The site will be monitored 24/7 for the period of, 1 Oct 01 -- 16 Nov 01. The service provider will provide server and site performance indicators. The service provider will provide remote server access for application and performance tuning for AFMIA/MIPP and Raosoft Inc. contracting officer representative, technical representative, and subject matter experts) at their earliest convenience after the project start date. The contractor will develop a Project Status Report (PSR) to be delivered to the Government not later than the 15th of the month (or first workday after the 15th). The report will include the work accomplishments, delays (reason and amount of time lost), problems encountered and corrective actions. The report will contain an updated project plan with a milestone forecast. The government will provide documents produced or owned by the government, including system documentation, standards and manuals to the extent they are available will be provided to the contractor on request. The government will supply all required third party software products to conduct and support the survey administration. The Raosoft Survey Collection software will be the product provided. Local carrier is a must so no TDY fees are expended for site visits and software training for the duration. They must provide a redundant power source to the servers to keep the Web site available in case of a local and regional power grid failure. The hosting site must provide a 24/7 monitoring staff during the survey period. The personnel monitoring the site must be experienced in site management, and troubleshooting. They must be able to recover from hardrive failure on a RAID 5 partition. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the above must submit a written price quote to include discount terms, cage code, and firm evidence of their ability to perform. All responses will be considered. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply through the Internet at http://ccr.edi.disa.mil. Responses to this notice shall be provided in writing via e-mail to Ms. Shirley A. Puente at shirley.puente@randolph.af.mil no later than 13 July 01, 12:00 P.M. (CT). Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items which can be obtained at http://www.arnet.gov/far. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following clauses also apply: 52.212-4 Contract Terms and Conditions-Commercial Items. Paragraph ( c ) of this clause is tailored as follows: ( c ) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of : (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if?(A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if?(A) The change is within scope of the original order, (B) The contractor agrees; ( C ) The modification references the contractor?s verbal or written agreement. 52.212-5, Contract Terms and Conditions ? Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items with these additional FAR clauses marked: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332, Required Central Contractor Registration; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; and 52.252-2, Clauses Incorporated by Reference (Feb 1998). In addition, DFAR 252-212-7001 with these additional clauses being applicable: 252.225-7002, Buy American Act-Trade Agreements- Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors, 252.225-7021, Trade Agreements, 252.204-7004, Required Central Contractor Registration. In addition, FAR 39.106 applies All Information Technology must be: (A) (1) Year 2000 Compliant; or (2) If non-compliant, items must be upgraded to be Year 2000 compliant.=20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AETC/RandAFBCO/Reference-Number-F7AFMEA 11440100/listing.html)
Record
Loren Data Corp. 20010711/DSOL009.HTM (D-190 SN50R1S4)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on July 9, 2001 by Loren Data Corp. -- info@ld.com