Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2008 FBO #2308
SOLICITATION NOTICE

70 -- Data Collection Advantage for PeopleSoft

Notice Date
3/20/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 N Fort Myer Drive, Springfield, VA 21999
 
ZIP Code
21999
 
Solicitation Number
1092-830002
 
Response Due
3/27/2008
 
Archive Date
9/23/2008
 
Point of Contact
Name: Lawanna Manning, Title: CONTRACT SPECIALIST, Phone: 7038756069, Fax:
 
E-Mail Address
manninglr@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
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, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1092-830002 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 334611 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-03-27 10:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be ARLINGTON, VA 22209 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Data Collection Advantage for Peoplesoft Extended Warranty, 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid 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 bids, 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, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. As the Contracts Officer Representative (COR) for the various software products used in the Department of State?s Integrated Logistics Management System (ILMS), I recommend that the Department of State use other than full and open competition for the purpose of purchasing from HL Group, Inc. an extended warranty for Data Collection Advantage for PeopleSoft (DCA/PS), Asset Advantage terminal licenses and ongoing custom development and tailoring related to these software products. I further recommend that warranty, licenses and ongoing technical support services be purchased for a base year and for two option years. The subject action would be a new contract. Previously, the purchase of products and services from HL Group has been undertaken by Accenture, a contractor retained by the Department of State to design, develop and deploy the Department's Integrated Logistics Management System (ILMS). It is in the best interests of the State Department to directly purchase the software licenses as well as the warranties, service and support agreements essential to the ongoing operation of ILMS. It is contemplated that this will be accomplished by means of a firm fixed price contract. As it is currently designed and configured, ILMS requires the following: a. Data Collection Advantage for PeopleSoft b. Advantage Asset Terminal Licenses c. Loftware LPS Enterprise Edition; and Custom Development & Tailoring The accomplishment of this procurement action without undertaking full and open competition is justified by the fact that there is only one responsible source for these products and services -- there are no other suppliers or services that will satisfy the State Department's requirements. The statutory authority is found in 41 USC 253(c) (1) and in FAR 6.302-1. The products and services that are to be purchased from HL Group are crucial to the ongoing operation of the Integrated Logistics Management System (ILMS). ILMS is the State Department's comprehensive supply chain management system. ILMS has been developed over a five-year period at a cost of over $70,000,000. ILMS is composed of an assortment of customized off-the-shelf software products as well as certain purpose-built software modules that have been linked and integrated with one another, and with the State Department's Financial Management System. In the course of design and development of ILMS for the State Department, Accenture selected and incorporated into ILMS the products and support services provided by HL Group. ILMS will not function without these components. Specifically, the Data Collection Advantage for PeopleSoft (DCA/PS) software application that is utilized in ILMS is the only certified bar code solution for use with PeopleSoft Inventory, Manufacturing and Purchasing. It was a joint development effort between PeopleSoft and HighJump Software (formerly known as Data Collection Systems, Inc.) It is re-certified with every release of PeopleSoft applications. HL Group has a contract with HighJump Software as its sole distributor of DCA/PS for the government market The Data Collection Advantage for PeopleSoft and the Asset Advantage software modules utilized in ILMS are customized off-the-shelf software. The software and the customizations have been developed solely by HighJump Software, LLC and HL Group. Maintenance support or modifications to the software by any third party was specifically prohibited under the terms of the design and development contracts executed by HL Group and Accenture (operating as the State Department's contractor for the design, development and deployment of ILMS). Now that ILMS is fully deployed, it is desirable that the State Department take over the various license and support agreements underlying ILMS. This will lessen the Department's reliance on Accenture for ongoing maintenance and support of ILMS and the risk that accompanies such reliance. Although it would theoretically be possible to hire another contractor recreate the design and development work that was previously undertaken jointly by HighJump Software and PeopleSoft, such an effort would be lengthy, prohibitively costly and would not shield the Department from an identical need for ongoing expenditures for licenses and support. Moreover, a decision not to procure licenses and support from HL Group would have an immediate adverse impact, disabling major components of ILMS. This acquisition will be synopsized in FedBizOpps. It is anticipated that, due to the factors described above, there will be little or no competition for this acquisition. The Contracting Officer has determined that the anticipated cost is fair and reasonable. Market research indicates that there are no commercial or nondevelopmental items that would satisfy the State Department's needs. The software and support services provided were specifically designed to perform crucial functions within the existing production version of ILMS. The overriding need for software components and support services that do not compromise ILMS functionality cannot be restated in a way that would permit the use of commercial or nondevelopmental items. In the course of the development of ILMS, the Government made a serious effort to assure that Accenture, as the prime contractor, obtained as much competition as possible in subcontracting components of the task -- such as the software customization and support contracts that it executed with HL Group. To date, no sources have written to express an interest in this acquisition. When the Government assumes responsibility from a contractor for software licenses and support requirements that are integral to much larger IT systems, it is effectively precluded from competing the periodic renewal of such licenses and support agreements -- particularly if the systems involved have been customized and involve numerous proprietary components. The best alternative available to the government is to negotiate and contract for long-term license and support agreements at the offset.
 
Web Link
www.fedbid.com (b-64171, n-11152)
(http://www.fedbid.com)
 
Place of Performance
Address: ARLINGTON, VA 22209
Zip Code: 22209
Country: US
 
Record
SN01537318-W 20080322/080320223653 (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.