Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2004 FBO #0984
SOLICITATION NOTICE

D -- FSA Workspace Collaboration/Project Management Tool

Notice Date
9/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Education, Federal Student Aid, Acquisitions and Contracts Performance, Union Center Plaza, RM 101H4 830 First Street, NE, Washington, DC, 20202-5405
 
ZIP Code
20202-5405
 
Solicitation Number
EDOFSA-03-900172
 
Response Due
9/12/2003
 
Point of Contact
Deborah Wrabley, Contracting Officer, Phone 202-377-3471, Fax 202-275-3477,
 
E-Mail Address
Deborah.Wrabley@ed.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement requests quotations and constitutes the only solicitation; a paper solicitation will not be issued. The solicitation will be distributed solely through the Government-Wide Point of Entry, www.fedbizopps.gov. Request for Quotation number EDOFSA-03-900172 shall be referenced on any quotation. The NAICS code is 541519 with a business standard of $21.0 million dollars. This solicitation is under the Simplified Acquisition Procedures (SAP) for Small Business Set-Aside. All future information about this acquisition including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This contract action will result in a Firm Fixed Price Purchase Order. The Government's requirement is for a commercially available workspace collaboration/project management tool. This tool must meet the following requirements: A) 508 compliant; B) 150 licenses; C) Web accessible interface - compatible with MS Internet Explorer 6.0; D) Cross-project management functionality; E) Commercial Off The Shelf (COTS) product that supports SSL 128-bit encryption; F) Task (project) management capability; G) Scheduling component compatible with MS Outlook and MS Project; H) File Compatibility: Visio, MS Office Suite, and Arobat; I) Product will be hosted at Government Data Center - 1. Server Specifications: Compaq – DL380; Dual 866 CPU's; 3 – 18 Gig H/D ; 1 Gig RAM; Win 2000; 2. Dial-in and VPN support available for software install; J) Issue management functionality; K) Document management functionality; L) Hours of support: 8 a.m. to 8 p.m. Eastern time, Monday-Friday (normal business days); and, M) Training: Computer Based Training (CBT) or Web based to support all potential users. The Government intends to issue a purchase order for the above items to the responsible vendor whose quote conforms to the solicitation and is determined to be the best value to the Government. The following factors shall be used to evaluate quotes: (1) technical, (2) price, and (3) past performance. The technical evaluation and past performance are each more important than price, but as technical quotations converge, price becomes more important. The contracting officer will determine if any difference in technical merit warrants a difference in price. The evaluation will be based on information provided by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quotation, but may do so at its discretion. Please carefully review the commercial item clauses for information about requirements and instructions for submitting a quotation. Quotations that do not include prices for all items will not be considered. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212.1, Instructions to Offeror- Commercial Items (OCT 2000); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award will be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering: A) Terms of Delivery; B) Past Performance – evidence of the use of the proposed solution by leading commercial firms to manage major IT projects; C) Web accessibility interface that is compatible with MS Internet Explorer 6.0 that supports Visio, MS Office Suite, and Arobat; D) Ability to provide cross-management, task, issue and document management functionality, with scheduling component compatible with MS Outlook and MS Project; E) Price. (The price must include: (1) price per base license fees; (2) software maintenance & support, (3) set-up costs, and (4) CDT or web-based training to support all potential users. The Government expects the vendor to provide any escrow fees and other expenses in connection with an escrow deposit within their price. For price evaluation purposes only, also provide pricing information for an additional year's worth of service. ) Offerors are required to submit at least three references for evaluation of past performance of same or similar services or items. The Government reserves the right to award without discussions; FAR provision 52-212-3, Offeror Representations and Certification-Commercial Items (JAN 1999) - all offerors shall include a completed copy of this provision with their quote; FAR clause 52-212-4, Contract Terms and Conditions- Commercial Items (FEB 2002); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2003) - in paragraph (b) the following clauses apply: FAR 52.219-6, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-3 Alternate I, 52.225-13, 52.225-15, 52.232-34, 52.239-1. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. All quotes from responsible sources will be considered. All quotes shall be submitted to Deborah.Wrabley@ed.gov no later than 3:00 PM EST, September 12, 2003. The quote shall be clearly marked RFQ EDOFSA-03-900172. No other method of submission will be accepted. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-SEP-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-AUG-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ED/FSA/CA/EDOFSA-03-900172/listing.html)
 
Record
SN00637242-F 20040806/040804214514 (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.