Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2004 FBO #0856
MODIFICATION

70 -- Case Management System

Notice Date
3/29/2004
 
Notice Type
Modification
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
FA3300-04-T-0011
 
Response Due
4/12/2004
 
Archive Date
4/27/2004
 
Point of Contact
Mary Peters, Contract Specialist, Phone 334-953-3538, Fax 334-953-3543,
 
E-Mail Address
mary.peters@maxwell.af.mil
 
Description
Amendment 001: The following statement is changed in the Combined Synopsis/Solicitation - ?The Government will evaluate the price of offers, for award purposes, by adding the total price for all options to the total price for the basic requirement with the exception: The same optional items are listed in line items 0011 thru 0013 of the basic period and in X006 thru X008 of each Option Period. The Government evaluation (of these three items) will be based on the five-year averages of the prices of these three items. SOW?A revised SOW has been posted. Note revisions to Paragraphs 4.1, 4.1.2.6, 4.2.1.9, 4.3.1.9, 4.4.1.9, 4.5.1.9, 11.1.1, and Section 12.0. Price Schedule: A revised Price Schedule has been posted. Note revisions in line items: 0008, 0014, 1004, 2004, 3004 and 4004. The due date for proposals remains 3:00 PM CDST on 12 April 2004. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number FA3300-04-T-0011 is being issued as a Request for Proposal (RFP) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-20, and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) number 20040223. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. This acquisition is unrestricted; the North American Industry Classification System (NAICS) code is 511210 with a size standard of $21.0M. The following is a brief description of this requirement: The Air Force Legal Services Agency (AFLSA/JAC) requires a single, integrated Case Management System (CMS) for all of its divisions. Contractor shall provide an integrated solution to include software, installation services, customer support, training, and software maintenance. The contractor shall also propose customization services and data migration services which the Government may acquire under contract options. The CMS server component will be installed at Maxwell AFB AL. The desktop components, if any are acquired, will be installed in the National Capitol Region (NCR) and at least four offices outside of the NCR. Any server software necessary for integration with Microsoft Outlook may be required in the NCR and at up to four offices outside of the NCR. The Statement of Work (SOW), Price Schedule and additional specification documents are attached. All communications between the user?s desktop and the servers at Maxwell AFB shall be over port 443/SSL with encryption. Communication among server software components may also use Oracle Advanced Security Option/Advanced Network Option, Port 1526. Communication between a server software component supporting MS Outlook integration and the MS Exchange server, which provides email service to the users, may also use SMTP or MAPI. All software components offered under this solicitation shall be commercial-off-the-shelf. This is not a software development task. The SOW, Price Schedule (SF 1449, pages 2 ?26; disregard page 1), documents entitled Air Force Legal Services Agency Civil Law and Litigation Directorate Case Management Vision Statement, Attachment A and Attachment B to same, Air Force Legal Services Agency Civil Law and Litigation Directorate Case Management Supplementary Specifications, and a Past Performance Questionnaire are attached. Each offeror shall submit technical data sufficient to substantiate their offer as technically acceptable, with attention to the proposal requirements contained in Section 11.1 of the SOW, and shall return the attached pricing schedule that addresses option periods. Failure to provide all requested information or to provide definite pricing information for all items may result in removal of the proposal from further consideration. Annotate or provide attachments as necessary to detail special pricing provisions, for example, if multiple labor categories with different rates are proposed for SOW 4.1.2.6, or if different prices apply to document management alternatives in SOW 4.1.2.5, or if a minimum quantity of software items is included at no cost and additional quantities are at a specified price. The provision at FAR 52.217-5, Evaluation of Options, applies to this acquisition. The Government will evaluate the price of offers, for award purposes, by adding the total price for all options to the total price for the basic requirement. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil or www.arnet.far.gov. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors-Commercial Items (Jan 2004) applies to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3 (Alt 1), Offeror Representation and Certification?Commercial Items (Jan 2004), DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items (Nov 1995), and DFARS 252.225-7020, Trade Agreements Certificate (Jan 2004) with the proposal. The government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is most advantageous to the Government. The following factors shall be used to evaluate offers: technical solution, past performance and price. Award may be made to other than the low offeror when the contracting officer determines it to be in the government?s best interest. Past performance will be evaluated based on relevancy (size, scope/complexity), quality of product/service, timeliness of delivery/performance and business relations (customer service). Each offeror shall provide a completed past performance questionnaire (attached) from a minimum of 3 references that performed similar projects completed within the past three years. The contractor must be registered in the Central Contractor Registration (CCR) database. Award will be made to a single source. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated into this RFP and is addended to add the following clauses: 52.204-4, Printed on Copied Double-Sided or Recycled Paper; 52.217-8, Option to Extend Services (fill-in reads 15 days); FAR 52.217-9, Option to Extend the Term of the Contract (fill-ins read 15 days and 60 days); 52.232-8, Availability of Funds. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (Jan 2004) is applicable. The following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 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, Equal Opportunity for Special disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmation Action for Workers with Disabilities; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Regulation; 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition or Commercial Items (Jan 2004) is applicable. The following FAR and DFARS clauses under paragraphs (a) and (b) are applicable: FAR 52.203-3, Gratuities; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7021, Trade Agreements; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Request of Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. DFARS 252.225-7002, Qualifying Country Sources as Subcontractors and 252.204-7004 Alt A, Required Central Contractor Registration Alternate A; Maxwell 114, Required Posters, and Maxwell 115, NAICS/SIC Codes, are also applicable. The Defense Priorities Allocations System rating is A70. Offers are due by 3:00PM CDST 12 April 2004. Proposals shall be mailed to 42d Contracting Squadron, Acquisition Flight B, 50 LeMay Plaza South, Building 804, Maxwell AFB AL 36112-6334, ATTN: Mary Peters. Proposals must meet all instructions set forth in this solicitation. Reference the solicitation number, FA3300-04-T-0011, on the proposal. Please email or fax questions to Mary Peters, Contract Specialist, mary.peters@maxwell.af.mil; fax 334-953-3543.
 
Place of Performance
Address: AFLSA/JAS, 150 Chennault Circle, Maxwell AFB AL
Zip Code: 36112
Country: USA
 
Record
SN00555934-W 20040331/040329211942 (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.