Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2004 FBO #0898
SOLICITATION NOTICE

D -- SOFTWARE PACKAGE FOR ISO 9001;2000 AND ISO 14001 QUALITY MANAGEMENT SYSTEM, INCLUDING TRAINING SUPPORT.

Notice Date
5/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
McAlester Army Ammunition Plant, Attn: SOSMC-PC, 1 C Tree Road, McAlester, OK 74501-9002
 
ZIP Code
74501-9002
 
Solicitation Number
W44W9M-04-T-0163
 
Response Due
6/24/2004
 
Archive Date
8/23/2004
 
Point of Contact
Flemons, 918-420-6110
 
E-Mail Address
Email your questions to McAlester Army Ammunition Plant
(antalon.flemons@us.army.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; proposals are being requested and a written solicitation will not be issued. This solicitation, number W44W9M-04-T-0163,is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22. This solicitation is 100% set-aside for small business. The associated SIC code is 7371, NAICS code is 541511 and the small business size standard is not to exceed $18 Million. Requirements: McAlester Army Ammunition Plant has a requirement for Software in support of the ISO 9001:2000 and ISO 14001 Quality Management System. To include licenses for 40 concurrent power users, including training support, and unlimited telephonic support. The Army has a need for a commercial off-the-shelf (COTS) software product to perform these the capabilities. Specific requirements to support the Software package are as follows: 1. STATEMENT OF WORK: The software package must deliver an out-of-the-box web browsing system (on site) capable of providing functions designed to streamline Corrective Actions and Preventive Actions, Change Control, Deviation Management, Nonconforming Material (external and in ternal), Customer Complaints, Document Control, Employee Training, Calibration, Audits and Surveys, Security features to control access and to convert existing databases into this package. An automated system capable of managing all phases of the ISO-9001:2000 Quality Management System. The package must provide an interface that is familiar to the users with a web browser whom they are comfortable with and is productive. Functional and sec urity upgrades must be timely and cause minimal interference with the system. The package must allow for easy management and integrate Microsoft Office files and functionality. Include a data rollup and web chartering features used to gather and present status and historical data from across the organization in a fast and easy mann er. Capability of Quality alerts must be included which automatically notify specific personnel of recurring events, approaching due dates and overdue dates. This package must be designed to be ready for use with ISO 9001:2000 and ISO 14001. System shall have the ability to maintain confidentiality and uniquely identify records input from multiple discrete organizations under a single system management umbrella. Functional descriptions for each area addressed above: ??? Issuing, tracking, notification, escalating alerts, reporting, and analyzing Corrective and Preventive Actions, and other Continual Improvement activities. ??? E-Mail integration to include universal e-mail support, configurable e-mail notifications, automatic task notification by e-mail for any activity and record forwarding by e-mail. ??? Scheduling, preparing for, performing, reporting and analyzing results of Internal Audits and Surveys, including integration with the Corrective/Preventive/Improvement function and the Training and Management Analysis function. ??? Customer Complaints handling to include issuing, tracking, notification, alert escalation, reporting and analyzing, along with integration with the Corrective/Preventive/Improvement function and the Training and Management Analysis function. ??? Placing in hold/review status, tracking, notification, escalating alerts, reporting, and analyzing of Nonconforming Material/Product (whether internal or external), along with integration with the Corrective/Preventive/Improvement function and the Tra ining and Management Analysis function. ??? Assigning, tracking, maintaining records, evaluating, and reporting on Employee Training, along with integration with the Corrective/Preventi ve/Improvement function and Management Analysis function. ??? Document Control management, including document preparation, concurrent review, comment, and approval by multiple authorities, document issue notification, release, access, and (after revision/obsolescence) withdrawal. ??? Scheduling, performing, tracking, reporting and analyzing results of Calibration, along with integration with the Corrective/Preventive/Improvement function and the Training and Management Analysis function. Software must be delivered within 10 days of award of contract. 2. PRODUCT DEVELOPMENT SPECIFICATIONS: ??? The software solution must be comprised of commercial-off-the-shelf (COTS) software only. ??? All user/client interaction will be through standard web-based interfaces. ??? When implemented, the software solution will be contained and will operate from within the Installation information security boundary. No remote access will be permitted. ??? The software solution will be SQL- Server based. ??? The contractor will be required to provide a maintenance/support agreement, or contract. This will include providing technical support and ensuring maintenance updates are available for the life of the product/contract. The Contractor will be requir ed to provide security updates for potential information security vulnerabilities in a timely manner. 3. PAST PERFORMANCE: The offeror must provide evidence of functional stability of their product in an environment of comparable size and complexity. The package must present at least 6 months functionality with at least 5 organizations/companies similar in size and make-up ( 40 concurrent power users at any given time on the system) to MCAAP without major system failures causing shutdown of the system. Provide applicabe contract numbers, contract dollar values, description of tasks performed/deliverables, and periods of perfo rmance. Please include name, phone number of a person who can verify past experience. 4. TRAINING: Initial training of the product shall be conducted by the awarded company at the McAlester AAP for systems administrators and ??????Training the Trainer??????. Training support will be provided to the power users for each specific module initially for a m inimum of 12 months after installation. Training provided concurrently with system set-up. 5. TECHNICAL SUPPORT: The software must include unlimited telephonic technical support during normal business hours for MCAAP??????s ISO software administration team. This support will be provided by technical support personnel available full-time during normal business hours for client support, providing initial response within two (2) hours for critical failures, and no later than 24 hours for non-critical errors. The Government requires product delivery for the Software not later than TEN (10) days after issuance of contract, FOB Destination. Product is to be delivered to: McAlester Army Ammunition Plant, Bldg 8, 1 C Tree Road, McAlester OK, 74501 FAR provisions and clauses cited in this solicitation may be accessed through the internet at http://www.arnet.gov/far/. Offerors are directed to the solicitation provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (JAN 2004), which appl ies to this acquisition and is hereby incorporated by reference. Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (JAN 2004) with its offer. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be use d to evaluate offers: (1) Technical capability to meet the Government requirements, (2) Past Experience (see para. 3 of Statement of Work for details) and (3) Price. Technical and past experience, when combined, are more importatnt than price. The clause 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2003), is hereby incorporated by reference. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Apr 2004), is her eby incorporated by reference. The following paragraphs under this clause apply to this solicitation and any resultant contract: (b)(1) 52.203-6, (b)(5) 52.219-6, (b)(7) 52.219-8, (b)(9) 52.219-14, (b)(13) 52.222-3, (b)(14) 52.222-19, (b)(15) 52.222-21 , (b)(16) 52.222-26, (b)(17) 52.222-35, (b)(18) 52.222-36, (b)(19) 52.222-37, (b)(21) 52.225-1 (b)(24) 52.225-13, (b)(29) 52.232-33, (b)(32) 52.239-1. Signed and dated offers must be submitted to McAlester Army Ammunition Plant, Bldg 8, 1 C Tree Road, McAlester OK, 74501, Attn: Mr., Antalon Flemons, on or before 4:30 p.m. (CDT), 24 MAY 2004. Email proposals may be sent to antalon.flemons@us.army.mil and facsimile proposals may be submitted to 918-420-6536. Original Point of Contact Antalon Flemons, Contract Specialist, Phone 918-420-6110, Fax 918-420-6536.
 
Place of Performance
Address: McAlester Army Ammunition Plant Attn: SOSMC-PC, 1 C Tree Road McAlester OK
Zip Code: 74501-9002
Country: US
 
Record
SN00583220-W 20040512/040510212308 (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.