Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

70 -- Request for SEER Tool Annual License

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-06-R-7542
 
Response Due
9/15/2006
 
Archive Date
9/30/2006
 
Description
FA860406R7542-Request for SEER Tool Annual License A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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. The Request for Quotation (RFQ) number is FA8604-06-R-7542. This solicitation and incorporated clauses/provisions are those in effect through Federal Acquisition Circular 2005-12 effective 04 Aug 2006 and Class Deviation 2005-o0001 and DFARS Current to Change Notice 20060908. The solicitation incorporates by reference the following clauses: FAR 52.204-7, 52.212-1, 52.212-3, 52.212-4, 52.212-5, and DFARS 252.204-7004 Alternate A and DFARS 252.212-7001. NAICS Code: 511210. The below clause is included in full text: AF 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Stephen J. Miller ASC/AE 1755 Eleventh St, Bldg. 570 Wright-Patterson AFB, OH 45433 Phone: (937) 255-5315 Fax: (937) 656-7193 E-mail: Stephen.Miller@wpafb.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. B. This is a sole source requirement IAW FAR 6.302-1(b)(2) to Galgorath Incorporated, El Segundo, CA the only designer, developer, manufacturer, and supplier of the items in the attachment and below that meets the Government?s requirement. The J&A for Sole Source is below. CLIN 0001 ITEM SEER Tool Suite Annual License Description: Unlimited Usage SEER software license for Air Force Materiel Command and Space Mat. Comm. for One year Quantity: One (1) Please note if manufacturer requires a license agreement to be signed by government, the terms and conditions of that agreement are required to be in compliance with all Federal Laws, Statutes, and the Federal Acquisition Regulation. Therefore, please modify accordingly and submit with your quote. Delivery schedule is five (5) days after receipt of order. Offeror must quote on all items or none. FOB Destination. The ship to address is Wright-Patterson AFB OH 45433. Proposals shall be received at ASC/PKWIS, Attn: Nathan Pennington, 2275 D. Street., Bldg 16, Room 128, Wright-Patterson AFB OH45433, or by facsimile at (937) 656-7535, or e-mail at nathan.pennington@wpafb.af.mil for receipt not later than 5:00 PM EST 15 Sep 2006. For questions regarding this synopsis/solicitation please contact Nathan Pennington at (937) 656-7462 /e-mail nathan.pennington@wpafb.af.mil. ATTACH 1: J&A for Sole Source ATTACHMENT 1 JUSTIFICATION FORMAT Contracting Activity: ASC/PKWI Purchase Request/Local Identification Number: F4FFAK6244A100 Program Name: AFMC-Wide Galorath Incorporated Estimating Suite License Renewal Estimated Contract Price (including option): $************** Type Program: Other Contracting Authority: 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(b)(2) Type J&A: Individual Contracting Officer: ______________________________________ ____________ Nathan E. Pennington ASC/PKWI Date Signed DSN: 986-7462, COM: (937) 656-7462 Program Manager: _______________________________________ ____________ Crystal A. Slasor AFMC/FMP Date Signed DSN: 787-3820, COM: (937) 257-3820 JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION I. Contracting Organization: Operational and Central Support Contracting Division (ASC/PKW) Information Technology Contracting Branch (ASC/PKWI) Specialized Information Technology Contracting Section (ASC/PKWIS) Wright-Patterson AFB, OH 45433-5309 Justification for Other than Full and Open Competition: Proprietary Data Purchase Request #: F4FFAK6244A100 II. Description of action: This is a follow-on contract; firm-fixed price; commercial purchase order for one year to acquire Air Force Materiel Command-wide and Space Materiel Command licenses for SEER parametric cost estimating model software. III. Description of Supplies/Services: The proposed action is to acquire an Air Force Materiel Command-Wide and Space Materiel Command site license renewal for the Galorath Incorporated?s 1) SEER-SEM and 2) SEER-H. These programs are parametric cost estimating models capable of estimating software acquisition and operating and support (O&S) costs. The models are applicable to a wide range of systems acquired by the United States Government (such as aircraft, engines, armament, avionics, radar, software, simulators, support equipment, etc.) The models perform cost calculations and have the ability to be adjusted to specific organizations and technologies. One Year Total: 28 Sep 06 - 27 Sep 07 a. AFMC- Estimating Suite b. SMC-Estimating Suite Acquisition History: For the past 20 years Galorath Incorporated has provided the industry?s most comprehensive set of decision-support and production optimization tools. Galorath Incorporated cost models have been successfully utilized for years across the Department of Defense. Over 230 cost estimators AFMC wide utilize this cost model to do cost estimating across the command on programs totaling Billions of dollars. A great need to develop more capable cost estimating tools was identified in 2000 and AFMC?s need for parametric modeling was a must. The tool identified for parametric cost estimating was SEER and due to the dependency on this model and the concern of keeping the most recent version and technology up to date AFMC took action to consolidate. Consolidation of the contract for AFMC enterprise-wide reduces cost and ensures that the Air Force is keeping up with technology. It also allows AFMC cost estimators to move from one cost estimating job to another and still be familiar with the standard tool utilized in the cost estimator?s tool available to all AFMC assets command-wide. With the consolidation of SEER cost estimating model AFMC wide, the MAJCOM saves the Air Force over $487k per year in funding and ensures cost capability is available to all AFMC assets. IV. Authority: 10 USC 2304 (c)(1), as implemented by FAR 6.302-1(b)(2) V. Applicability of Authority: Galorath Incorporated SEER parametric cost estimating models are the cost estimating engine for the Acquisition portion of the Integrated Desktop Analysis and Planning System Concept Evaluation (ICE) tool. (The ICE tool development was funded by the Air Force and developed by Frontier Technology and is widely used throughout AFMC.) SEER parametric models were chosen as the Acquisition estimating engine for ICE due to their highly respected position within the DoD community and their extensive use by AFMC. The SEER cost estimating models are highly respected in the cost estimating/analysis profession. SEER estimates are accepted for the highest level DoD program milestone decisions. The ICE tool can not function without the SEER parametric models. The methodology of the models must be capable of performing development, production, and O&S cost estimates, and be able to support cost sensitivity studies that incorporate peculiar development characteristics, varying degrees of complexity, time constraints, and inflation. The O&S cost model must be able to produce model results/cost output in the standard Office of the Secretary of Defense (OSD) Cost Analysis Improvement Group CAIG approved cost element structure as found in the O&S Cost Estimating Guide, OSD CAIG. The model must be able to estimate the impacts on cost of change in system specifications uniquely present in defense programs, quantities, schedules, and other supportability parameters. The SEER-SEM and SEER-H are proprietary software products of Galorath Incorporated. They have no resellers or distributors so the products are only available directly from Galorath Incorporated. The SEER tool is the only software capable of fulfilling these requirements. A sole source acquisition is justified because the SEER tool is proprietary software product of Galorath, Inc. They have no resellers or distributors so the license renewals are only available directly from Galorath, Inc. Without this sole-source acquisition, not having the ability to use this parametric cost estimating model would be excessively disruptive of many proposed, approved, and in-process acquisition programs. Examples of programs include B2, JSF program office, F-15, F-16, 554th ELSG, and C-130; these are just a few programs currently utilizing this software on projects. The long-term effects could be particularly severe. Programs could enter the acquisition cycle with unrealistically small budgets due to flawed initial estimates created by lack of expertise with an alternate parametric model. VI. Efforts to Obtain Competition: A synopsis was conducted in 2000 and SEER Model was determined to be the only tool viable for the cost estimating task at hand. Currently members of the AFMC cost estimating community stay abreast of technical developments in the parametric cost estimating environment by periodically attending professional activities at which various parametric model developers demonstrate their products. At the current time, no other tools available are capable of providing the functionality as the SEER parametric cost estimating tool. This requirement including this J&A will be synopsized prior to award. VII. Fair and Reasonable Costs: Galorath Incorporated?s proposed price for the AFMC wide license is steeply discounted from the published price due to the consolidation of all AFMC licenses. AFMC has been assured that they are getting the most favored customer discount. SMC is being provided the published price for their license due to only having a license for one site and they are not provided a quantity discount. AFMC purchases this software for more than 15 locations. To procure one SEER-SEM Estimator Package license ($***** per year, per site) and one SEER-H Estimator Package ($***** per year, per site), would amount to $***** per year. The discount provided to AFMC for bundling and purchasing for an entire command drastically decreases the cost to procure this software for the required cost personnel. Given the above price evaluation and the Contracting Officer has determined the proposed price for the base and option year to be fair and reasonable. VIII. Market Research: The SEER cost estimating tool is proprietary data; therefore, the renewal license which includes support and updates is not available from other sources. Full and Open Competition does not apply to this acquisition. IX. Other Facts: SEER cost estimating model has become highly respected in the cost estimating/analysis profession. SEER estimates are accepted for the highest level DoD program milestone decisions. SEER cost model were chosen due to their highly respected position within the DoD community and their extensive use by AFMC. The purpose of this contract is to keep the SEER cost estimating tool under one license for all AFMC units at a better price to the government and more widely available to command cost analysts. Anticipated entry for Block C3 of the DD Form 350: Not available for competition. X. Interested Sources: No other parties have expressed interest due to the fact that the Galorath Incorporated?s software has proprietary restrictions. XI. Steps to Foster Competition: Members of the AFMC cost estimating community will continue to stay abreast of technical developments in the cost estimating environment including activities such as periodically attending professional activities at which various parametric model developers demonstrate their products. They will keep contact with other cost estimating organizations and review what tools and techniques are available and under developments. These activities may permit AFMC to utilize other tools in the future which would be obtained competitively. XII. Contracting Officer?s Certification: The contracting officer?s signature on the J&A signature page evidences that he/she has determined this document to be both accurate and complete to the best of his/her knowledge and belief (FAR 6.303-2(a)(12)). XIII. Technical/Requirements Personnel?s Certification: As evidenced by their signatures on the J&A signature page, the technical and/or requirements personnel have certified that any supporting data contained herein which is their responsibility is both accurate and complete (FAR 6.303-2(b)).
 
Place of Performance
Address: Wright-Patterson AFB, OH
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01142233-W 20060915/060913221009 (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.