Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2005 FBO #1161
SOLICITATION NOTICE

70 -- Universal Description, Discovery and Integration (UDDI) Registry COTS Product with Unlimited Licenses for NCES Usage

Notice Date
1/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, P.O. Box 25857, Scott AFB, IL, 62225-5406
 
ZIP Code
62225-5406
 
Solicitation Number
HC104705R4015
 
Response Due
2/11/2005
 
Archive Date
2/26/2005
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) Request for Proposal (RFP) HC1047-05-R-4015. This was previously published as HC1047-05-R-4011. (iii) The RFP document and incorporated provisions and clauses are those in effect through FAC 2001-27. (iv) The resultant contract will be 100% set aside for small business. The NAICS code is 541519, other Computer Related Services. The size standard is $21M average annual receipts over past three years. (v) Provide a price for the following CLINs. (vi) CLIN 0001: Universal Description, Discovery and Integration (UDDI) Registry COTS Product with Unlimited Licenses for NCES Usage (The registry must be based upon the UDDI standard to support the Discovery of services on an enterprise scale in order to comply with the OSD Net-Centric checklist and to integrate with the NCES Core Discovery service. The Universal Description, Discovery and Integration (UDDI) protocol is an industry standard governed by the OASIS consortium. UDDI specifies a standard interoperable protocol that enables Web Service consumers to discover and use Web Services, providing the key publication and discovery capabilities of Service-Oriented Architectures (SOA). UDDI is a cross industry effort driven by major platform and software providers. This purchase will support the establishment of a UDDI registry for use within the NCES.) CLIN 0002: Basic Maintenance Technical Support (BMTS), and CLIN 0003: Software Upgrade Support (SUS). CLIN 1001: Option Period 1-UDDI Registry COTS Product with Unlimited Licenses for NCES Usage. CLIN 1002: Option Period 1-Basic Maintenance Technical Support (BMTS), and CLIN 1003: Option Period 1-Software Upgrade Support (SUS). CLIN 2001: Option Period 2-UDDI Registry COTS Product with Unlimited Licenses for NCES Usage. CLIN 2002: Option Period 2-Basic Maintenance Technical Support (BMTS), and CLIN 2003: Option Period 2-Software Upgrade Support (SUS). CLIN 3001: Option Period 3-UDDI Registry COTS Product with Unlimited Licenses for NCES Usage. CLIN 3002: Option Period 3-Basic Maintenance Technical Support (BMTS), and CLIN 3003: Option Period 3-Software Upgrade Support (SUS). CLIN 4001: Option Period 4-UDDI Registry COTS Product with Unlimited Licenses for NCES Usage. CLIN 4002: Option Period 4-Basic Maintenance Technical Support (BMTS), and CLIN 4003: Option Period 4-Software Upgrade Support (SUS). Required period of coverage is 1 year from date of contract award with four 1-year options. Variations to the CLIN structure will be accepted as long as the offeror maps the variations to the CLINs stated above. (vii) Delivery address is 5275 Leesburg Pike, Falls Church, VA 22041. FOB destination; acceptance at destination. (viii) FAR 52.212-1, Instructions to Offerors?Commercial Items applies to this acquisition. (ix) FAR 52.212-2, Evaluation -- Commercial Items applies this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer confirming to the solicitation will be most advantageous to the Government, price and other factors considered. This will be a best value award. Color Ratings. A color rating depicts how well the offeror?s proposal meets the evaluation standards and RFP requirements. The Technical/Management Solution, and Past Performance areas will receive color ratings, Cost/Price will not. Proposals will be rated on the basis of the following color code and risk system: Factor 1, Technical: Blue (Exceptional)-The vendor?s proposal offers approaches/solutions that when implemented, are expected to result in superior achievement of DISA objectives with minimal risk. A Blue rating indicates that the proposal contains significant strengths and few or no weaknesses. Green (Acceptable)-The vendor?s proposal offers approaches/solutions that if implemented, introduce moderate risk but are considered likely to produce performance results meeting DISA objectives. A Green rating indicates that the proposed solution contains a number of strengths, but also some weaknesses. Yellow (Marginal)-The vendor?s proposal offers approaches/solutions that if implemented, introduce a high risk that expected performance would achieve DISA objectives. A Yellow rating indicates that the proposed solution contains strengths, but also significant weaknesses. Red (Unacceptable)-The vendor?s proposal offers approaches/solutions that if implemented, would introduce excessive risk making it highly unlikely that performance would meet DISA objectives. A Red rating indicates that the proposed solution, while maybe presenting some strengths, also contains significant weaknesses. Factor 2, Past Performance: Blue- Highly relevant/very recent past performance in all identified past performance efforts; excellent performance ratings. Green- Relevant/somewhat recent past performance in all identified past performance efforts; acceptable performance ratings. Yellow- Somewhat relevant/not very recent past performance; mostly acceptable performance ratings. Red-Little relevant past performance identified; almost all unacceptable performance ratings. White-Completely lacks relevant performance history or is unavailable. The following factors shall be used to evaluate offers (in order of importance): 1. Technical (Required Capabilities and Desired Capabilities), 2. Past Performance and 3. Cost/Price. Technical and Past performance when combined are significantly more important that cost/price. Factor 1, Technical: Required Capabilities. (1). The product shall be based on the OASIS UDDI specification and, at a minimum, be UDDI version 2 compliant. (2) The product shall support multiple platforms. (3) The product shall support the following UDDI version 3 capabilities: categoryBags on bindingTemplate and keyedReference group (4) The product shall provide a Taxonomy Management API to support the creation, validation (internal), import and export of custom taxonomies. (5) The product shall support the federation of multiple registry deployments. (6) The product shall support the replication of registry information. (7) The product shall be scalable. Technical: Desired Capabilities. (1) The product shall support Linux. (2) The product shall support Java. (3) The product shall support multiple database formats. (4) The product shall support the following UDDI version 3 capabilities: Subscription API, Digital Signature of entity, Publisher assigned keys, Web Services Security (WSS)-based Authentication, Using External Authorization Policy, (5) The product shall provide a means for policy governance. (6) The product shall support external validation of checked value set. (7) The product shall support the replication of taxonomic categories. (8) The product shall provide support for a globally load balanced single point-of-presence for the registry. Factor 2, Past Performance: Contractor shall demonstrate a clear understanding of the government requirements. Contractor shall describe all relevant contracts completed within the past 3 years and on current contracts performed by the contractor or its subcontractors performing any technical tasks related to this RFP. Contractor must have demonstrated continuous performance at an acceptable level. Contractor shall identify ability to meet schedule, remain within cost, resolve problems, satisfy customers, and provide a quality product. Factor 3, Cost/Price: This factor will evaluate the price proposal offered by the company. The intent of the evaluation is to determine whether the proposed cost/price elements are realistic for the work to be performed and reflect a clear understanding of the requirements. The proposed prices will be evaluated with respect to their completeness and reasonableness. The reasonableness of the overall price will be determined by adequate price competition. The proposed prices may also be compared to the Independent Government Cost Estimate (IGCE). AWARD CRITERIA. a. The following conditions must be met in order to be eligible for award: 1. The proposal must comply in all material respects with the requirement of the law, regulation and conditions set forth in the RFP. 2. The proposal must meet all mandatory RFP requirements. 3. The offeror must be determined responsible according to the standards of FAR Part 9, Subpart 1. b. Best Value Determination-Upon satisfaction of the above conditions, the government will select the offeror whose proposal reflects the best combination of technical solution, past performance, and cost/price. A firm-fixed price contract will be awarded by source selection procedures to the offeror whose proposal reflects the overall best value to the government. The Government reserves the right to award to an offeror with other than the lowest price offer, or other than the highest technically rated offer. c. Award all or none basis ? The government intends to award one to the vendor whose proposal is identified as offering the best value solution. d. The government reserves the right to not award a contract as a result of this competition, if in the opinion of the Contracting Officer, none of the submitted proposals would provide satisfactory performance/product. (x) FAR 52.212-3 applies; vendors are to download and complete these reps and certs from the FAR site referenced below and submit with offer. (xi) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Coml Items applies to this acquisition. (xii) The following FAR clauses apply to this acquisition: 52.203-3, 52.203-6 Alt I, 52.204-4, 52.209-5, 52.209-6, 52.212-3 Alt I, 52.212-4, 52.217-5, 52.217-9, 52.219-6, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33, 52.233-3, 52.242-13, 52.247-34. The following DFARS clauses apply to this acquisition: 252.204-7003, 252.204-7004 Alt A, 252.209-7001, 252.209-7004, 252.212-7000, 252.212-7001, 252.225-7001, 252.225-7002, 252.232-7003, 52.252-1, 52.252-2, 52.252-5, 52.252-6, 52.253-1, (access to clauses can be made via http://farsite.hill.af.mil/). 52.233-2-Service of Protest (Aug. 1996). (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer, DISA/DITCO, P.O. Box 25857, Scott AFB IL. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.(End of Provision) The contract type will be firm-fixed price. All unit prices are firm-fixed price. (xiii) There is no DPAS rating. (xiv) Proposals must be received no later than 12:00 (CT), Friday, 11 Feb 05. Questions relating to this combined solicitation/synopsis must be received by the contracting officer by 12:00 (CT) on 4 Feb 05. Questions received after that time, may or may not be answered. (xv) Email questions and proposals to DISA/DITCO, Linda.Goff@disa.mil.
 
Place of Performance
Address: 5275 Leesburg Pike, Falls Church/VA
Zip Code: 22041
Country: USA
 
Record
SN00741793-W 20050130/050128211555 (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.