Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2003 FBO #0609
SOLICITATION NOTICE

70 -- web-based document control management system

Notice Date
7/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
F44650-03-T-0022
 
Response Due
8/12/2003
 
Point of Contact
Jamie Ford, Contract Manager, Phone 757 764-9148, Fax 757 764-9153, - Carla Rice, Contracting Officer, Phone 757-764-9135, Fax 757-764-9153,
 
E-Mail Address
jamie.ford@langley.af.mil, carla.rice@langley.af.mil
 
Small Business Set-Aside
Total Small Business
 
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; quotations are being requested and a written solicitation will not be issued. This solicitation, number F44650-03-T-0022, is a request for quotation (RFQ) using Simplified Acquisition Procedures found in FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. This is a small business set-aside, NAICS Code 511210; size standard is not to exceed $21,000,000. ACC Contracting Squadron, LAFB, VA has a firm fixed price requirement as described herein, all interested parties shall provide a quote for Contract Line Item: 0100, Quantity: 1, Unit: each. ***Requirement description: Application service provider for a commercial off-the-shelf (COTS) web-based document control management system, externally hosted by the contractor at a contractor provided location within the continental USA (CONUS), supporting access via an Air Combat Command approved Langley Air Force Base web browser. Backup or mirror copies shall be maintained within the CONUS. This web-based system shall organize, schedule, report job/document requirements and track personnel training records for several geographically separated locations. This system must maintain employee-training history as updated by authorized users, job certifications, and manage all electronic documents (documents provided by the government). This system must be able to incorporate/convert and continue to track data from the current database TMS Enterprise software. Technical capabilities shall include: -Web-based application for 100 users for a period of 3 years, web-based application shall support MS Explorer 5.5 and be able to support Internet browser upgrades such as MS Explorer 6.0. -Provide Rapid and Simple Access, Provide at least 80 GB storage and at least 24 GB tape backup. The government will maintain data rights. The data shall be provided in CD-ROM and or DVD format and viewable via Adobe and/or MS Office applications such as Access, Excel and Word, at end of three years or when requested by the government. -Ability to host other applications based on customer needs. These applications may include Performance-Based Quality Assurance (vendor: Solutions Now); and TapRoot (vendor: TapRoot), storage capability may increase 80 Gb to 620 GB. These costs will be negotiated and paid at the time the application hosting is requested. -Provide Extensive user types based on permission assignment. -Allow for integration of multiple locations, user may be located world-wide. -Perform employee job planning, (The web-based application shall have the capability to allow document and training managers to use the data for employee job/training planning and the associated certifications of that training). -Electronically manage employee-training records. -provide internal document control IAW ISO 9001:2000 requirements. -Perform document routing for review and approval. -Provide capability for electronic signature, capability IAW 21CFR part 11 or equivalent. -Provide on line updating of training records by employees. -Provide e-mail notification of activities. -Track document revision history. -Monitor which user are making changes to documents. -Provide document distribution tracking. -Perform employee job certification (example: when job certification requires a certain number of tasks be completed before that certification can be issued, this database would track that and recommend certification be awarded based on member meeting stated requirements.) -Provide related documents & referenced document tracking. -Provide hyper-linking of documents and other file types. -Enable voice and video, the government will provide some documents that contain video and voice; these are applicable to Microsoft compatible operating systems. -Provide multiple search features. -Provide check out document feature. -Perform version tracking. -Manage CAD drawings, flowcharts, spreadsheets and other Windows based products. -Store documents in native format - No cutting and Pasting. -View documents in native format or use PDF. -Archive and retrieve document revision. -Convert MS Word documents to PDF. -Provide automatic conversion to PDF. -Facilitate the organizing, scheduling, reporting and tracking of critical job requirements and associated personnel records. -Provide document security. -Provide database management to include conversion from current TMS Enterprise (current file size is about 30GB, language: SQL relational.) -Ensure synergy between document control and training management functions. (data that is relational via queries from one function to another. Example: When an existing document is revised, those loaded against that document {personnel who needed to know that document for their job} would be notified and their training history automatically updated once they completed review of the revised document.) -Provide technical assistance, a full time 24/7 help desk IS NOT REQUIRED. -Provide training, consisting of train-the trainer type training on the proposed system and any upgrades. -Provide Integration with Microsoft operating systems 2000, Me, and XP and most current Office XP Suites Windows, MS Access, Excel, PowerPoint, and Word. -Vendor must be able to obtain an Air Combat Command Certificate to Operate (CtO), https://wwwmil.acc.af.mil/sc/scs/acc_itp/Cust_includes/Guides_Templates/Overview.html and adhere to the following guidance and publications: AFI 33-129, http://www.e-publishing.af.mil/pubfiles/af/33/afi33-129/afi33-129.pdf ACC Supplements to AFI 33-129: https://wwwmil.acc.af.mil/accpubs/pubs/33series/AFI33-129_ACCSUP1.pdf https://wwwmil.acc.af.mil/accpubs/pubs/33series/AFI33-129_ACCSUP1_I.pdf AFI 33-202, http://www.e-publishing.af.mil/pubfiles/af/33/afi33-202/afi33-202.pdf AFI-33-114, (section 10), http://www.e-publishing.af.mil/pubfiles/af/33/afi33-114/afi33-114.pdf ACCI 33-174, http://www.e-publishing.af.mil/pubfiles/af/33/afman33-223/afman33-223.pdf AFMAN 33-223, http://www.e-publishing.af.mil/pubfiles/af/33/afman33-223/afman33-223.pdf AFSSI 5027, https://www.afca.scott.af.mil/ip/pdf/5027.pdf Policy Guidance Memorandum for use of Mobile code Technologies in the DoD Information Systems (posted on FedBizOps with this solicitation) Mobil Code Security Policy Informational supplement (posted on FedBizOps with this solicitation). A Systems Security Authorization Agreement (SSAA) will be required by the successful offeror. (see attached Excel DITSCAP checklist posted on FedBizOps that provides the type of information the security assessors will review.) Not all of the items will necessarily apply to this system; the SSAA is tailorable. A copy of or access to the application is required with the submission of the quote so the government can perform a technical evaluation and in support of obtaining an Air Combat Command Certificate To Operate (CtO). A vendor loan agreement may be made available upon request. This requirement is for a COTS product; developmental items will not be considered. ***Deivery date: 30 days ARO, place of acceptance: ACC Program Management Squadron, Langley AFB, FOB destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items, will be used. Award shall be made to the offeror whose quote offers the best value to the government with price, past performance and technical (capability of item offered to meet agency need) being the criteria included in paragraph (a) of that provision. A completed copy of the provision at 52.212-3, and 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, must be included with all quotes. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items, 52.212-5, (Deviation) Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, and the following additional clauses cited within the clause are applicable to the acquisition: 52.203-6, and 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 and Alt I, Buy American Act-North American Free Trade Agreement-Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.239-1, Privacy or Security Safeguards; 52.224-1, Privacy Act Notification; 52.224-2, Privacy Act; 52.227-14-Rights in Data - General. 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; the following clause cited within this clause 252.232-7003, Electronic Submission of Payment Requests. ***Address questions prior to 6 Aug 03 to jamie.ford@langley.af.mil. After 6 Aug 03, address questions and quotes (including reps and certs) to ACC CONS/LGCC, Attn: Martin Cicero, 11817 Canon Blvd, Suite 306, Newport News VA 23606-4516 or e-mail them to martin.cicero@langley.af.mil. Submission shall be received by 12:00 (noon) Eastern Time on 12 Aug 2003. POC: prior to 6 Aug 03, Jamie Ford, 757-764-9148, e-mail jamie.ford@langley.af.mil. POC after 6 Aug 03, Martin Cicero, Phone 757-764-9158 or e-mail martin.cicero@langley.af.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/AACCONS/F44650-03-T-0022/listing.html)
 
Place of Performance
Address: N/A
 
Record
SN00386680-F 20030731/030729224341 (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.