Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
SOLICITATION NOTICE

D -- Living Disaster Recovery Planning System software Upgrades and Maintenance

Notice Date
2/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218, Columbus, OH, 43218
 
ZIP Code
43218
 
Solicitation Number
HQ0423-06-T-0004
 
Response Due
3/9/2006
 
Archive Date
3/24/2006
 
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 is solicitation number HQ0423-06-T-0004: The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-07, Effective 03 Jan 2006 & FAC 2005-08 Effective 05 Jan 2006 and Class Deviation 2005-o0001. This requirement is UNRESTRICTED. The NAICS code is 511210 and the small business size standard is $21 million. Line Items Items: Line Item 0001 ? Living Disaster Recovery Planning System (LDRPS) Maintenance/License Upgrades and Tech Support (50 concurrent users) Quantity: 1 Unit of Measure: Year (Calendar Year 2006) Items: Line Item 0002 ? Living Disaster Recovery Planning System (LDRPS) Maintenance/License Upgrades and Tech Support (50 concurrent users) Quantity: 1 Unit of Measure: Year (Calendar Year 2007) Items: Line Item 0003 ? Living Disaster Recovery Planning System (LDRPS) Maintenance/License Upgrades and Tech Support (50 concurrent users) Quantity: 1 Unit of Measure: Year (Calendar Year 2008) Items: Line Item 0004 ? Living Disaster Recovery Planning System (LDRPS) Maintenance/License Upgrades and Tech Support (50 concurrent users) Quantity: 1 Unit of Measure: Year (Calendar Year 2009) Items: Line Item 0005 ? Living Disaster Recovery Planning System (LDRPS) Maintenance/License Upgrades and Tech Support (50 concurrent users) Quantity: 1 Unit of Measure: Year (Calendar Year 2010) Description of items/services: STATEMENT OF WORK LDRPS Maintenance 1. SCOPE: The contractor shall provide the annual software maintenance for the Living Disaster Recovery Planning System (LDRPS) including new release, technical support, training and assistance with distorted databases for the Defense Finance and Accounting Service (DFAS). 2. BACKGROUND: DFAS purchased the Strohl LDRPS Software. LDRPS is Strohl System proprietary Commercial Off the Shelf software, and as such Strohl is the only company who can provide maintenance. 3. REQUIREMENTS: 3.1 Premium Technical Support (PTS) 3.2 System Updates 3.3 System Patches 3.4 Application Changes 3.5 Web based applications 3.6 Program Changes 3.7 Training (Does not include TDY) 4. DELIVERABLES: 4.1. The contractor shall provide PTS for all software and licenses owned by DFAS. This support will include, but not be limited to, software upgrades and technical support. The software upgrades will be provided to the designated POC. 4.2. The contractor shall provide optional training as requested. This training shall include on and off site options and Web based. DFAS shall have the right to exercise the option to select the method of training and number of individuals during the period of performance. 5. SECURITY: H-X "INFORMATION ASSURANCE" All work performed relative to the requirement identified in the Statement of Work or Performance Work Statement is unclassified or is sensitive information covered by the Privacy Act of 1974 and other Department of Defense and DFAS regulations. Information Assurance shall be in accordance with DFAS 8500.1-R, Information Protection and Safeguards, DoD Directive (DoDD) 8500.1, Information Assurance, and DoD Instruction (DoDI) 8500.2, Information Assurance Implementation. The following requirements apply to the offeror/vendor selected for contract award resulting from this solicitation. Upon notification of being selected as the successful offeror/vendor, the contractor shall follow the instructions provided at (a) through (e) of this provision, as applicable. (a) Magnitude. This contract will require personnel to meet the investigative standards as outlined in DoDI 8500.2 and DoDD 5200.2-R for IT-I and IT-II access. Contractors must be a US citizen, in accordance with DoDD 5200.2-R, Chapter 2, and specifically C2.1.1., General. IT-I - IT-II - ALL CONTRACTORS (b) Security Investigation Requirements for Information Technology (IT): (1) For IT-I: No classified work will be required. However, the contractor will be working with sensitive information which is covered by the Privacy Act or other government regulations and is considered category IT-I. The contractor must ensure sensitive information is properly safeguarded at the work-site and not removed from the work-site. In addition, the contractor will be required to comply with the security requirements associated with access to the DFAS enterprise network. All contractor personnel requiring IT-I access to DFAS information systems will be the subjects of a Single Scope Background Investigation (SSBI). An IT-I position may be occupied pending the completion of the SSBI once the National Agency Check (NAC) portion has been completed and favorably adjudicated and a waiver has been requested and approved in accordance with DoDD 5200.2-R. (2) For IT-II: No classified work will be required. However, the contractor will be working with sensitive information which is covered by the Privacy Act or other government regulations and is considered category IT-II. Contractor must ensure sensitive information is properly safeguarded at the work-site and not removed from the work-site. In addition, the contractor will be required to comply with the security requirements associated with access to the DFAS enterprise network. All contractor personnel requiring IT-II access to DFAS information systems will be the subjects of a NACLC in accordance with DoDI 8500.2. (c) Documentation Submission. The NACLC for IT-II, as well as the SSBI for IT-I, requires contractor submission of the following investigative forms: Standard Form 85P (SF 85P) - Questionnaire for Public Trust Positions FD 258 - Fingerprint Card All contractor personnel requiring either IT-I or IT-II access to DFAS information systems will complete a SF 85P. The SF 85P will be completed using the Electronic Personnel Security Questionnaire (EPSQ). The EPSQ is available for download on the Defense Security Service (DSS) web site at http://www.dss.mil/epsq. A completed EPSQ, to include an electronic copy and a signed hard copy, will be provided to the Contract Officer?s Representative (COR) or Government Point of Contact (GPOC) elsewhere named in this solicitation. All SF 85Ps must be accompanied with the FD 258 Fingerprint Card and a copy of the contractor?s birth certificate for citizenship verification. Naturalized US citizens must provide the original Certificate of Naturalization from the Immigration and Naturalization Service (INS) or a U.S. Passport. The EPSQ along with the FD 258 will be forwarded to the local Site Security Liaison (SSL) for review and submission to the DFAS Security Office, Arlington. The SSL with notify the COR or GPOC when the contractor employees have been approved for access to the facility. The appropriate investigations, NACLC, or SSBI must be completed or an exception waiver approved, in accordance with DoDD 5200.2-R, before the contractor employee begins work on the DFAS contract. (d) Waiver Procedures. (1) For IT-I: An IT- I position may be occupied pending the completion of the SSBI once the NAC portion has been completed and favorably adjudicated, and an exception waiver has been approved by the appropriate proponent Business Line Executive, Client Executive, or Corporate Director. Waivers may be approved, provided no potentially disqualifying information is known, in accordance with DoDD 5200.2-R, concerning the contractor employee, and all pre-appointment security checks have been favorably adjudicated by the DFAS Security Office, Arlington. (2) For IT-II: An IT-II position may be occupied once the NACLC has been initiated if the appropriate proponent Business Line Executive, Client Executive, or Corporate Director finds that the delay in appointment would be harmful to the national security and approves a waiver. Waivers may be approved, provided no potentially disqualifying information is known, in accordance with DoDD 5200.2-R, concerning the contractor employee, and all pre-appointment security checks have been favorably adjudicated by DFAS Security Office, Arlington. (e) Findings. All contractor employees must receive a favorable NACLC or SSBI to work on DFAS contracts. Unfavorable NACLC or SSBI findings will require additional adjudicative processing prior to allowing the contractor employee to begin work on a DFAS contract. 6. PROPRIETARY INFORMATION: All work performed under this task order is proprietary to DFAS and the contractor shall not release any information regarding the work to anyone else unless given written permission by the Government. 7. PLACE OF PERFORMANCE: The performance of this task order shall take place at the contractor?s location. 8. PERIOD OF PERFORMANCE: The period of performance is for one year January 1, 2006 through December 31, 2006, with four option years. 9. POINTS OF CONTACT: DFAS Project Manager will be designated at the time of award. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Any additional contract requirement(s) or terms and conditions: None. 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days before the contract expires [insert the period of time within which the Contracting Officer may exercise the option]. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000). (a) The Government may extend the term of this contract by written notice to the Contractor within 14 days before the contract expires [insert the period of time within which the Contracting Officer may exercise the option]; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (End of Clause) The Defense Priorities and Allocations System (DPAS) applies and the assigned rating for this requirement is DOC9. Offers are due by 1:00 p.m. EST on 09 March 2006. Facsimile and e-mail quotes are acceptable and preferred Offers may be submitted by mail and forwarded to: Point of Contact: Richard D. St.Clair DFAS Contract Services Directorate 3990 E. Broad Street Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Phone Number: 614-693-1910 Fax Number: 614-693-5674 e-mail address: Richard.Stclair@dfas.mil Furnish quotes to this POC on or before the closing time listed in this RFQ.
 
Place of Performance
Address: King of Prussia, PA
Zip Code: 19406
Country: USA
 
Record
SN00996440-W 20060302/060228213910 (fbodaily.com)
 
Source
FedBizOpps 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.