Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
MODIFICATION

70 -- PeopleSoft Software

Notice Date
3/26/2008
 
Notice Type
Modification
 
Contracting Office
1701 N Fort Myer Drive, Springfield, VA 21999
 
ZIP Code
21999
 
Solicitation Number
SAQMMA08Q0171
 
Response Due
3/28/2008
 
Archive Date
9/24/2008
 
Point of Contact
Name: Lawanna Manning, Title: CONTRACT SPECIALIST, Phone: 7038756069, Fax:
 
E-Mail Address
manninglr@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number SAQMMA08Q0171. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 64428_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-03-28 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, Peoplesoft Enterprise Performance Management Warehouse - Software Support for Perpetual License (CSI# 14486105), 1, EA; LI 002, Peoplesoft Enterprise Customer Self Service - Software Support for Perpetual License (CSI# 14472333), 1, EA; LI 003, Peoplesoft Enterprise Asset Management - Software Support for Perpetual License (CSI# 14486104), 1, EA; LI 004, Peoplesoft Enterprise Ps/General Ledger - Software Support for Perpetual License (CSI# 14486104), 1, EA; LI 005, Peoplesoft Enterprise Support- Software Support for Perpetual License (CSI# 14486104), 1, EA; LI 006, Peoplesoft Enterprise Supply Chain Warehouse - Software Support for Perpetual License (CSI# 14486104), 1, EA; LI 007, Peoplesoft Enterprise Activity Based Management - Software Support for Perpetual License (CSI# 14486104), 1, EA; LI 008, Peoplesoft Enterprise Scorecard - Software Support for Perpetual License (CSI# 14486104), 1, EA; LI 009, Peoplesoft Enterprise Inventory - Software Support for Perpetual License (CSI# 14486104), 1, EA; LI 010, Peoplesoft Enterprise Purchasing - Software Support for Perpetual License (CSI# 14486104), 1, EA; LI 011, Peoplesoft Enterprise CRM Portal Pack - Software Support for Perpetual License (CSI# 14472334), 1, EA; LI 012, Merant Net Express V3 Win/NT - Software Support (CSI# 14483215), 3, 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. A Seller 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 seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. Contact ClientServices@FedBid.com or call 877-933-3243 to address any questions or comments New equipment ONLY, NO remanufactured products, and NO "gray market" Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. IF AN ALTERNATE PRODUCT IS FURNISHED UNDER A CONTRACT OR ORDER FOR AN EXACT PRODUCT, THE ALTERNATE PRODUCT WILL BE AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. 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 Oracle/PeopleSoft software products used in the Department of State?s Integrated Logistics Management System (ILMS), I recommend the use of other than full and open competition for the purpose of purchasing software support for its continued maintenance. The Department owns perpetual software licenses for the products -- however software support is a separate expense and represents an ongoing annual expenditure. The action to be approved is the order for Peoplesoft software support obtained through the Federal Supply Schedule contract with the most qualified provider. PeopleSoft products are the basis for much of ILMS. The PeopleSoft products currently used by ILMS include: PeopleSoft Inventory, PO, CRM Support server license, Object Studio, Balanced Scorecard, Enterprise Warehouse, Supply Chain Management, Activity Based Management, GL, and AM modules A full description of the software support services required for this purchase can be found on the GSA Federal Supply Schedule for the selected provider. The authority for sole source orders under GSA Federal Supply Schedule contracts is Section 201 of the Federal Property and Administrative Services Act of 1949 (40 U.S.C. 501). Due to the proprietary nature of the PeopleSoft software, the required software support is available only from a firm that is certified to resell Peoplesoft software support. This software support is crucial for continued utilization of the software in 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, the systems integrator selected and incorporated into ILMS the products and support services provided by PeopleSoft USA, Inc. ILMS will not function without these components. Although it would theoretically be possible to purchase and customize software that could replace the PeopleSoft software currently used by ILMS, integrate the new software with the rest of the ILMS software modules, and retrain the existing user base -- such an effort would be time consuming, prohibitively costly and would not shield the Department from an identical need for ongoing expenditures for maintenance and support. Moreover, a decision not to proceed to procure support from would have a significant adverse impact, placing at risk the majority of the software that makes up ILMS. Upon review of possible sources, a vendor will be chosen for software support for Oracle/PeopleSoft legacy software products. Since the services for the same software support were obtained last year, the universe of vendors has remained the same. These support services are necessary to maintain the existing production version of ILMS. The need to have PeopleSoft's technical support for the PeopleSoft software cannot be restated in a way that would permit the use of other commercial or non-developmental 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 licenses and support contracts that it executed. 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. Added CSI numbers to each line item as additional information.
 
Web Link
www.fedbid.com (b-64428_01, n-11280)
(http://www.fedbid.com)
 
Place of Performance
Address: ARLINGTON, VA 22209
Zip Code: 22209
Country: US
 
Record
SN01541998-W 20080328/080326223710 (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.