Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
MODIFICATION

70 -- Metastorm Software

Notice Date
9/12/2006
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22102
 
Solicitation Number
1023-630052
 
Response Due
9/1/2006
 
Archive Date
2/28/2007
 
Point of Contact
Name: Doug Stuck, Title: Sourcing Agent, Phone: 301.788.3839, Fax: 703.442.7822,
 
E-Mail Address
Doug.Stuck@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 1023-630052 and 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 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Friday, September 1, 2006 at 17:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20037 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, Metastorm Software Components: MSC01-ev6 e-Work User License (10 provided by IRM) (QTY 20 EA) *MSIN01 e-Work Insight Standard Workgroup Server (QTY 1 EA) *MSV-ev6 e-Work Workgroup Server, restricted to a maximum of 250 named users (QTY 0 EA) *MSD-ev6 e-Work Designer per installed machine (QTY 0 EA) *MSDI-ev6 e-Work Directory Integration per installed machine restricted to Maximum 1000 named users (QTY 0 EA) *MSEMI-ev6 e-Work e-Mail Integration 250 named user pack (QTY 0 EA), 1, LOT; LI 002, Software Support and Maintenance: MSCONS-ev5 Professional Services price per day (280 hours - - 35 days) (QTY 35 EA) *MST-ev6 Training Services - Sponsored e-Work Facilityper student per day (QTY 5 EA) *MSM-S - Annual Maintenance, includes all new releases for 1 year and telephone support for 2 named users; a minimum annual charge of $9,500 (annual minimum already met), 1, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Harry Lundy at lundyhe@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions of comments Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICSE. SHIPPING DOCUMENTS WILL CELARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE LINE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENT. BIDS MUST BE VALID FOR 30 DAYS AFTER COMPETITION CLOSE. FOB DESTINATION CONUS 2. Nature and/or description of the action being approved. Metastorm workflow software. 3. A description of the supplies or services required to meet the agency’s needs. Inclusion of FAM and FAH material within the search will significantly enhance the power of the search for users by providing links directly to current versions of regulations and guidance, eliminating the need to update links within the Ask Admin Knowledgebase when FAM and FAH material is reissued or reorganized, as was the case when 6 FAM and 6 FAH were expanded into three additional FAM/FAH volumes – 14 FAM/FAH, 15 FAM/FAH, and 16 FAM/FAH. 4. An identification of the statutory authority permitting other than full and open competition. FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. A demonstration that the proposed contractor’s unique qualifications or the nature of the acquisition requires use of the authority cited (for sole source acquisitions; also required for unusual and compelling urgency where more than one offer will not be solicited). IRM and HR have already purchased 3 Metastorm modules and A/GSSI would like to purchase the remaining 2 modules that are part of the eWorks suite. These modules will provide additional functionality (metrics and business modeling) that will work in conjunction with the previously purchased modules (Process designer, automation engine and Manager). Since the Department of State, via IRM and HR, have already made an investment in this particular workflow project, we want to continue to leverage this existing investment rather than work with another vendor and start from scratch with another suite that would not be compatible with existing efforts. We are also purchasing additional user licenses that will also complement previously purchased licenses and which will allow A/GSSI to work with our OIP and overseas customers on process automation. In addition, the purchase order includes some consulting hours to help us get up and running via a rapid development mode so that we can maximize our investment in a short timeframe. No other company sells this software. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
www.fedbid.com (b-31826, n-3522)
(http://www.fbo.gov/spg/State/FedBid.com/FedBid1/1023-630052/listing.html)
 
Place of Performance
Address: Washington, DC 20037
Zip Code: 20037
Country: US
 
Record
SN01141661-F 20060914/060912224148 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.