Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2005 FBO #1332
SOLICITATION NOTICE

70 -- ADVANCED PRINTING CAPABILITY SOFTWARE

Notice Date
7/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-05-Q-0043
 
Response Due
8/18/2005
 
Archive Date
8/19/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Part 12.6 Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. HSFEMW-05-Q-0043 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. This procurement is a small business set-aside. The NAICS Code applicable to this RFQ is 511210; small business size standard is $21 million. One award will result from this solicitation via the issuance of a firm fixed price simplified acquisition/commercial order. Delivery location shall be Bluemont, VA. The Federal Emergency Management Agency proposes to purchase a Document Management System with the following capabilities/characteristics: 1) Unlimited scalability ? Shall support thousands of users managing millions of objects. 2) Robust Document Repository- Shall be scalable and extensible. 3) APIs ? Shall be open to developers to use with any standard Integrated Development Environment (IDE). 4) Foundation Classes ? Shall have rich set of open APIs exposing the functionality of all content services provided by the EMC platform. 5) Web Development Kit (WDK) ? Shall be able to be used for developing Web applications that run on J2EE application servers. 6) Wide variety of exported file types ? Images shall be exported as XML, TIFF, PDF, JPEG, Microsoft Word, and ASCII files. 7) Support for more than 300 scanners ? Shall support most scanners currently on the market including those from Fujitsu, Kodak, Bell & Howell, and Banctec. 8) Content capture ? Shall transform paper documents and forms into electronic images and metadata ready to be integrated into business process workflows. 9) XML ?Shall automatically chunk XML documents based on rules specified in an XML process associated with each XML document type. This feature is required for e-Declarations. 10) XML ? Shall transform XML into other formats and form factors by matching XML content with respective XSL style sheets ? using an embedded XSLT engine ? as well as storing and managing XSL style sheets as objects in the repository. This feature is required for e-Declarations. 11) Native XML authoring and management ? Shall use XML to separate content from layout, non-technical users can easily leverage content across multiple channels and publications. 12) Robust security ? Shall protect the valuable enterprise knowledge contained in managed documents using ACLs, LDAP, and SSL communications. 13) Simple Workflow management for documents in IS. 14) Lifecycle management ? Shall classify documents as records and manages attribute changes as documents pass through stages such as reviewed, approved, published, archived, and retired. 15) Virtual documents ? Shall enable the quick assembly of large documents from multiple sources and can also be used to aggregate related content items into virtual folders that deliver a 360-degree view of a customer relationship or business transaction. 16) Integration with enterprise applications ? Shall link unstructured content to structured records in enterprise applications. 17) Full-text searching ? Shall enable users to easily find and retrieve documents based on document contents. 18) XML ?Shall automatically chunk XML documents based on rules specified in an XML process associated with each XML document type. 19) XML ? Shall transform XML into other formats and form factors by matching XML content with respective XSL style sheets ? using an embedded XSLT engine ? as well as storing and managing XSL style sheets as objects in the repository. 20) Intrinsic accessibility ? Shall natively comply with Section 508 and shall have received third-party certification from the National Federation for the Blind (NFB). 21) Access to core content services ? Shall grant employees convenient Web access to core content services including security, version control, library services, content lifecycles, and search. 22) Secure Collaboration environment ? Shall offer fast and effective idea generation, problem-solving, and issue resolution. 23) Compliance requirements ? With Sarbanes-Oxley, HIPAA, and new regulations from the SEC. 24) Distributed capture ?Shall offer a design capture environment by scanning and processing images centrally or in multiple distributed locations. 25) Asynchronous processing ? Shall enable individual pages within a batch to be processed separately. 26) Retention Policy Services ? Shall easily add retention management capabilities to existing content repositories. 27) Core security enhancements ? Shall Include new dynamic groups, support for multiple LDAP servers, and application access control. 28) Trusted Content Services ? Shall enhance security features with support for Mandatory Access Control (MAC) as well as digital shredding. 29) Content Storage Services ? Shall improve content migration between storage systems by adding content de-duplication and compression. 29a) Shall offer high speed scanning and storage of incoming mail documents with easy retrieval. 29b) Shall offer the ability to locate such documents in the data store via indexing. 29c) Shall offer the ability to produce documents via a 'mail-merge' concept so that award letters, forms that verify registration, and other miscellaneous FEMA correspondence currently can be generated in an automated fashion. 29d) Shall offer the ability to define disaster-specific templates for these letters and forms. 29e) Shall allow all documents, whether scanned or generated, to be available for display in a web browser, as well as for printing and emailing. 29f) Shall offer the ability to print documents in a high speed manner to meet high volume requirements. FEMA's high speed requirements would make print formats such as Postscript not appropriate. Formats such as IBM's Advanced Function Printing (AFP), Xerox's Metacode, or similar high speed formats may be appropriate. Note: Printing volume may exceed 500,000 documents per day. 29g) Shall offer the ability to meet USPS CASS (Coding Accuracy Support System) standards via grouping and sorting of outgoing mail requests to allow FEMA to obtain mailing discounts. 29h) Shall offer features such as Application Programming Interfaces (API's) for C++. Java must be available to the solution and shall be able to be integrated with NEMIS applications in a seamless manner. DESCRIPTIVE LITERATURE: Offerors must provide descriptive literature adequate enough for the Government to determine if the proposed product(s) meet the Government?s minimum requirements, as identified in the item description above. Failure of an offeror to submit descriptive literature for a proposed product(s) will result in that product(s) being rejected from further consideration. Further, descriptive literature which fails to show that the proposed product(s) complies with the requirements stated above will result in the rejection of that product(s). 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 requirements detailed in this solicitation shall be used as criteria to evaluate offers. Contractor must meet all the requirements detailed within this solicitation. BASIS FOR AWARD: The Government will make an award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable factors. In order for an offeror?s product to be considered technically acceptable, the requirements identified above must be met by the proposed products. PROPOSAL PREPARATION INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors shall provide a firm fixed-price for the line item. The line items specified consist of a Quantity of One (1). Item No. 001: Advanced Printing Capability Software Package or an approved equal; Item No. 002: Shipping charges to Bluemont, VA, if any. Offerors are to include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their response which can be found at http://orca.bpn.gov. The following FAR clauses also apply: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses cited in 52.212-5 being applicable to this acquisition; 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 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, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.225-3, 52.222.37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, Buy American Act - Supplies. 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Successful contractor must meet all the responsibility requirements of Subpart 9.104-1 of the Federal Acquisition Regulation (FAR). The aforementioned provision and clauses can be accessed electronically at http://www.arnet.gov/far. A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database. The due date for submission of offers is August ??, 2005 at 3:00 p.m., local time, to FEMA, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135; Attn: Jay D. Cohen - Bldg. 413. Additionally, each response shall clearly reference on a cover page, this Solicitation No. ?HSFEMW-05-Q-0043?. Technical and/or administrative questions must be received no later than five business days after publication of this notice and may be faxed to (540) 542-2632 or sent via electronic mail to jay.cohen1@dhs.gov. Offerors are responsible to comply with this notice and any amendments thereto. Amendments to the RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Place of Performance
Address: 19844 Blue Ridge Mountain Road Bluemont, VA
Zip Code: 20135
Country: U.S.A.
 
Record
SN00849030-W 20050720/050718211559 (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.