Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOLICITATION NOTICE

D -- CUSTOMER RELATIONSHIP MANAGEMENT APPLICATION

Notice Date
7/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA05120955Q-AMP
 
Response Due
8/15/2005
 
Archive Date
7/28/2006
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. This notice is being issued as a Request for Quotations (RFQ) for a customer relationship management (CRM) tool according to the specifications outlined below. The resulting order from this solicitation will be Firm Fixed Price. A. BACKGROUND SUMMARY NASA Ames Research Center has a need to acquire a web-accessible relational-database based software that will track information from the customer development through to proposal submission. In order to effectively manage the complex information, NASA Ames Research Center needs a CRM application that can be easily and cost effectively adapted to the science and technology environment. The type of business development information to manage at NASA Ames Research Center is different enough from industry that commercial off-the-shelf software will likely need to be customized. NASA Ames Research Center is a federal facility and conducts R&D in a variety of science and technology areas and has a wide-range of customers (e.g., NASA, DOD, DOT, universities, industry). Because of budgetary constraints, costs to customize must be reasonable. The CRM would initially be provided to and utilized by a subset of the Ames New Business Office staff and select others (~10 users). After a satisfactory testing period and identification of additional users, the CRM user community would likely expand to approximately 50 users. B. SPECIFICATIONS Specifications below must exist currently or be made available via customizations. 1. Hosting, Hardware and Administration A solution must: host on-site at NASA Ames Research Center, Moffett Field, CA; host on existing Macintosh hardware; be viewable via a web browser (non-client) for access by Mac and PC users; provide NASA with source code to make modest customizations if necessary; have build-in administrative tools to allow for customizations to the front-end (the fields and drop-down lists without going to the backend coding); not require specialized database administrator training to maintain. 2. Permissions and Security A solution must: allow for access-level security permissions for end-users; be able to meet NASA security standards. 3. User Interface A solution must: use terminology that is commonly understood; have navigation that is clear with minimal clicks to get to the information needed; not require technical training to learn how to use. 4. Functionality A solution must provide: customizable reporting; uploading and downloading via Excel or tab-delimitated file; uploading of attachments; good searching capability; calendaring/scheduling; e-mail archiving. 5. Content Management A solution must be able to manage: contacts info; customer/account info; new business opportunity info; business proposal info including the financial data across fiscal years. 6. Licenses and Maintenance A solution must provide: helpdesk support to end-users and on-site administrators during West Coast business hours; provide patches and updates as necessary via annual license fees; provide guidance on setting up the hardware and software in the Ames environment. Must have the capability to work with NASA Ames Research Center to make future customizations, as necessary. The provisions and clauses in the RFQ are those in effect through FAC 2005-04. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 541511, and $21.0 million respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Offerors must be registered with the Central Contractor Registration (CCR) Database and have a valid/active Commercial and Government Entity (CAGE) code ( http://www.ccr.gov ). The successful offeror will be sent NASA forms that must be submitted with their firm?s banking information in order to facilitate the electronic funds transfer (EFT) of any invoice payment. Delivery to ARC is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items described above are due by August 15, 2005 by 8:00 AM Pacific Time, ATTN Dat Hoang, email: dthoang@mail.arc.nasa.gov, Fax 650-604-0270, and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Dat Hoang no later than 4:00 PM Pacific Time, August 4, 2005. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: Offerors are encouraged to provide a CD with a demonstration or snapshots of the software. Customer references must be provided. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#116695)
 
Record
SN00857304-W 20050730/050728213025 (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.