Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2005 FBO #1236
SOLICITATION NOTICE

R -- Web Based Supply Chain Management for the Unmanned Ground Vehicles and Future Systems

Notice Date
4/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-05-T-0489
 
Response Due
4/29/2005
 
Archive Date
6/28/2005
 
Point of Contact
denise mckinney, (256) 876-5602
 
E-Mail Address
US Army Aviation and Missile Command (Missile)
(denise.mckinney@redstone.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 combined synopsis/solicitation replaces the notice issued 8 Mar 05 under W31P4Q-05-T-0360 which was cancelled. The requirement for GSA schedule is removed along with the requirement f or Navy Logistics FAM approval. However, offerors are required to be certified to operate on the Navy Marine Corps Internet System at the time of proposal submission. Solicitation W31P4Q-05-T-0489 is being issued as a Request for Quotation. The solicitat ion document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. This is a 100% Small Business Set-Aside. See numbered note 1. NAICIS Code: 541512, size $21M. Description of requirements are: CLIN 0001 ; Supplies/Service: Web Based Supply Chain Management; Qty: 1; Unit: Lot, Description includes: STATEMENT OF WORK FOR WEB BASED SUPPLY CHAIN MANAGEMENT DATE: April 12, 2005 1. The Unmanned Ground Vehicles JPO has a requirement for a web-based Supply Chain Management solution for current deployed unmanned Ground Vehicles and future systems. 2. This system shall be Section 508 compliant and certified to operate on the Navy Marine Corps Internet System. 3. The system shall be designed around ORACLE or Microsoft SQL Database. (NOTE: WEB enabled is defined as having been used in a proven Government WEB site). 4. The system shall be scalable and the user will have the capability to configure the system to include, but not limited to, row view, edit, and delete functions. The user site needs to have limitations so as to not delete required fields. 5. The system shall be Open Architecture to allow other databases to be linked to tables within the system. 6. The systems shall be able to generate Ad Hoc reports as well as EXCEL spreadsheets. 7. The system shall have On-Line viewing which includes column selections, restrictions and sorts. 8. The system shall have the capability to create and maintain a shopping catalog, shopping cart, and on-line order approval by line item is required. 9. The system shall have the capability to generate a DD 1149 and show current status. The government has a desire to be able to view the status of the shipping status and receipt status once products have been delivered. 10. The system shall be able to track and transfer items via serial numbers from site to stock. 11. A requirement for WEB enabled integrated maintenance management system and failure analysis management. 12. The system shall ensure that Government field personnel has the capability to enter trouble reporting issues, trouble calls, corrective and preventive actions and enter failures. 13. The system shall be able to store all documents, ECPs, drawings and training records for the operators and maintainers. 14. The system shall also be required to provide metrics and reports, to include, but not limited to, failure trend analysis Ad Hoc reporting, funded status and obligation, transportation tracking data and MTTR. 15. The contractor shall provide user training on the system. This training shall be conducted at the Robotic Systems Joint Project Office, Redstone Arsenal, AL. 16. Contractor shall provide software plus 1 year of support (updates and help desk). 17. The period of performance for this effort is from date of award through twelve months. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. All qualified parties must be willing to submit to a scheduled demonstration of their off the shelf software to be conducted at the Joint Project Office, Redstone Arsenal in Huntsville, AL. The government w ill not assume the cost for the demonstration and will not reimburse contractors expense. All offerors previously provided a demonstration of their product/service will not be required to demo again. Offerors are required to submit on-line annual contract representations and certifications per FAC 2001-26, 20 Dec 04. Refer to Online Representations and Certifications Applications (ORCA) at http://orca.bpn.gov. The following FAR clauses also apply to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items, 52.212-5, Contract Terms and Conditions Required To Implement Statues Or Executive Orders Commercial Items, Offers will be evaluated in accordance with FAR 52.212-2-Evaluation--Co mmercial Items. 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 fact ors shall be used to evaluate offers: Technical, Price and Past Performance. Offers are due 04-29-2005, 2:00pm local time, submitted to US Army Aviation & Missile Command, ATTN: AMSAM-AC-OS-F/Ms. Denise McKinney, Bldg 5308, Redstone Arsenal, AL 35898-5280 . Email proposals are acceptable. Email address is denise.mckinney@redstone.army.mil NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAH01/W31P4Q-05-T-0489/listing.html)
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC-OS-F, Building 5308, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN00787816-F 20050415/050413214057 (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.