Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2006 FBO #1789
SOLICITATION NOTICE

D -- Agile Software Maintenance

Notice Date
10/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, CO, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
NWWG9400700003DT
 
Response Due
11/1/2006
 
Archive Date
11/1/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-13. The NAICS code for this procurement is 511210 with a small business size standard of $21.0 million. This procurement is not a small business set-aside. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) proposes to negotiate on a sole source basis a contract under the authority of 41 U.S.C. 253(c)(1) with Agile Software Corporation for Agile/Oracle software maintenance and technical support for its proprietary configuration management software for the National Weather Service (NWS), Radar Operations Center (ROC), in Norman, Oklahoma. Background: The NEXRAD weather radar network is a Tri-agency (DOD, DOC, and DOT) funded and managed program. The use of the Agile software has enabled the members of the Configuration Change Board (CCB) to efficiently manage and track all technical information pertaining to the NEXRAD weather radar system configuration. In September of 1993, the Prime Contractor (Unisys) for the NEXRAD weather radar (then referred to as WSR-88D) delivered a database for Baseline Status Accounting. The product delivered was a front end application entitled ?CMStat? that ran on an Ingress database engine. CMStat used a command line interface that was extremely difficult to use and poorly designed. Over time, the poorly designed CMStat application began to function extremely slow and failed to meet additional criteria being demanded by the Tri-Agency. In 1997 the ROC solicited bids for software to replace CMStat and Agile Software was awarded the contract. In addition to the procurement of the Agile software, in January of 1998 the Agile Software Corporation was contracted to assist the ROC Configuration Management personnel to map the existing data from the CMStat database to the Agile database. This effort required hundreds of man-hours to complete and test. An additional three months of dedicated staff hours were necessary to attach graphic files to the document object in the database and modify configuration management processes to the current status. The ROC uses Agile software to manage technical drawings, technical manuals, Engineering Change Proposals (ECP), Engineering Change Orders (ECO), Configuration Change Requests (CCR), Document Change Request (DCR), Artwork Change Order (ACO), CCB member comments, and electronic approval for modifications to the NEXRAD radar system. All of the above listed documentation is contained within the application and may be viewed by any individual having access to the Agile server. The Agile client software gives the end user the ability to view any documents stored in the application even if the software that generated the document does not reside on the local PC. The Agile software is an integral part of the ROC engineering process tracking and the primary tool used to manage the configuration of the NEXRAD weather radar system. Requirements: The ROC requires the delivery of all Agile server and client software upgrades and software patches that become available from the Agile Software Corporation. The ROC requires that all delivered Agile software be compatible with the existing Agile/Oracle database schema and must maintain the current software functionality. The ROC requires that all necessary Oracle server and client components and licensing be delivered with any Agile Software releases. The ROC requires unlimited telephone technical support for Agile server and client software and Oracle server and client software (as it relates to Agile software) be made available, at a minimum, during normal business hours Monday through Friday. This synopsis is issued for information purposes only. Questions should be submitted in writing to the contracting officer either by fax or email. Any source that believes it can supply the required service should respond by submitting a written narrative statement of capability, including detailed technical information and other technical literature demonstrating the ability to meet the above requirements, within 15 days of this notice, to the above address. Information submitted in response to the notice will be used solely to determine whether or not use of competitive procedures to fulfill this requirement would be in the Government?s best interest and must address qualifications pertinent to this requirement. Notwithstanding responses received - it is at the discretion of the government to add additional sources and or consider other quotes received after close of due date if it is in the best interest of the government. Vendors must also be registered with the Central Contractor Registry (CCR) at www.ccr.gov. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation ? Commercial Items ? The government will award a fixed price purchase order resulting from this solicitation to the responsible offeror whose offer will represent the best value to the government, price and other factors considered; FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items ? Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act?Supplies. Reference 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration ? all other Terms and conditions in full text, including FAR 52.212-3 (Representations and Certifications) can accessed at http://www.arnet.gov/far/ . FAR Clauses in full text are at http://www.ARNET.gov/far/. CAM 1352.237-72, Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Dept. of Commerce Site or IT System (Low Risk Contracts). Hard copies in full text are available from office address and phone number listed in notice. Anticipated award date will be November 2, 2006.
 
Place of Performance
Address: 1200 Westheimer Drive, Norman, OK
Zip Code: 73069-7902
Country: UNITED STATES
 
Record
SN01167083-W 20061020/061018220149 (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.