Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2008 FBO #2379
SOLICITATION NOTICE

R -- QuestionMark

Notice Date
5/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, AETC Headquarters, 555 E Street East, Building 581, Randolph AFB, Texas, 78150-4440
 
ZIP Code
78150-4440
 
Solicitation Number
FA3002-08-T-0009
 
Archive Date
6/28/2008
 
Point of Contact
Christina G. Fernandez,, Phone: 2106527750, Jo An Hagee,, Phone: 2106526388
 
E-Mail Address
christina.fernandez@randolph.af.mil, jodie.hagee@randolph.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS PROPOSED CONTRACT ACTION IS FOR SUPPLIES FOR WHICH THE GOVERNMENT INTENDS TO SOLICIT AND NEGOTIATE WITH ONLY ONE SOURCE UNDER THE AUTHORITY FAR 6.302-1 DUE TO PROPRIETARY DATA. QUESTIONMARK HOLDS PROPRIETARY DATA RIGHTS TO THE SOFTWARE AND MAINTENANCE NEEDED TO FULLY MEET THE REQUIREMENTS FOR THIS PROJECT. THIS EFFORT WILL ALSO REQUIRE WORKING ON SYSTEMS THAT ARE CURRENTLY UNDER WARRANTY AND/OR MAINTENANCE AGREEMENTS WITH QUESTIONMARK. OTHER SOURCES CANNOT UPGRADE THE EXISTING SOFTWARE WITHOUT THE PROPRIETARY UPGRADES. AN ALTERNATE CONTRACTOR WOULD NOT HAVE THE PROPERLY TRAINED/CERTIFIED TECHNICIANS AND EQUIPMENT TO ENSURE EXISTING WARRANTIES WOULD NOT BE VOID. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A DETERMINATION BY THE GOVERNMENT NOT TO COMPETE THIS PROPOSED CONTRACT IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. IAW FAR 6.301(D) THE GOVERNMENT WILL CONSIDER ANY PROPOSALS RECEIVED BY THE DUE DATE FOR THIS REQUIREMENT. SUBJECT: Request for Quote: 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. 2. Solicitation number: FA3002-08-T-0009. This synopsis is issued as a Request for Quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25 dated 22 May 2008. 4. This procurement is being conducted using other than full and open competition procedures. The NAICS code for this requirement is 541519; Size Standard is $23M. 5. The contractor shall provide all hardware, software, and labor to perform any necessary upgrades to the Questionmark software currently in use, and provide software maintenance. This will be a firm fixed-price contract. ITEM NO SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 1 Each Base Year: Questionmark Basic Software Support, FFP Questionmark Basic Annual Software Maintenance Subscription (12 months) Year One (POP: 29 Jun 2008 to 28 June 2009), License ID# 41035057650000000000 FOB: Destination ITEM NO SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 1001 1 Each OPTION YEAR 1: Questionmark Basic Software Support, FFP Questionmark Basic Annual Software Maintenance Subscription (12 months) Year Two (POP: 29 Jun 2009 to 28 June 2010), License ID# 41035057650000000000 FOB: Destination ITEM NO SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 2001 1 Each OPTION YEAR 2: Questionmark Basic Software Support, FFP Questionmark Basic Annual Software Maintenance Subscription (12 months) Year Three (POP: 29 Jun 2010 to 28 June 2011), License ID# 41035057650000000000 FOB: Destination 6. The contractor shall make delivery to: HQ AETC/A5RI - F3PF3D, 100 H Street, Ste 3, Randolph AFB TX 78150. Primary Acceptance will be by Mr. Mark Pennington. Delivery will be 29 June 2008, (Base Period); If Option Year 1 is exercised delivery is 29 June 2009; If Option Year 2 is exercised delivery is 29 June 2010. Period of Performance (POP) as defined above. 7. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. 8. FAR 52.212-3, Offeror Representations and Certifications - An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 9. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 10. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues of Executive Orders - Commercial Items, applies to this acquisition. 11. Additional Clauses that apply: 52.407-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.217-5, Evaluation of Options 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-13, Restrictions on Certain Forge in Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.239-1, Privacy or Security Safeguards 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.252-5, Authorized Deviations in Provisions 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A 252.204-7006, Billing Instructions 252.232-7003, Electronic Submission of Payment Requests 5352.242-9001, Local Wide Area Workflow 5352.201-9101, Local Ombudsman Clause 12. This acquisition does not have an associated Defense Priorities and Allocations System (DPAS) rating. 13. This acquisition does not have any applicable Numbered Notes. 14. Written offers are due by 13 June 2008, 12:00 PM Central Standard Time. E-mail responses to Christina.Fernandez@randolph.af.mil; Award date will be on, or before, 25 June 2008. 15. If you have any questions regarding this requirement, please contact Christina Fernandez at 210-652-7750 or Ms. Jodie Hagee at 210-652-6388 or by e-mail to Christina.Fernandez@randolph.af.mil, or Jodie.Hagee@randolph.af.mil. STATEMENT OF WORK FOR RENEWAL OF QUESTIONMARK ANNUAL MAINTENACE SUBSCRIPTION FOR TECHNICAL TRAINING MANAGEMENT SYSTEM (TTMS): A. BACKGROUND Customer Organization and Mission: Air Education and Training Command (AETC) Plans, Programs, Requirements, and Assessments is responsible for the planning, programming, mission and systems requirements, manpower and organization, studies and analysis, and assessments, and management improvement actions affecting all technical training conducted by AETC. Project Overview: The Technical and Flying Training production analysis applications of the AETC programs such as Air Education and Training Command (AETC) Technical Training Management System (TTMS) is a client-server based computer system which is intended to provide efficiency and productivity enhancements to the AETC and subordinate Technical Training Wing training activities through automation. Its purpose is to provide computer-based tools to help the technical training organizations accomplish their mission. TTMS is an integrated, computer-based system that is a single migration candidate for AETC technical training activities. The system provides the training community with a modernized information technology environment that includes networks, workstations, data servers, and an integrated suite of Commercial-Off-The Shelf (COTS) software. TTMS supports the following five training functions: course design and development, evaluation, instructor management, student management, and resource administration for the technical training organizations. It impacts over 5,000 system users in the standardization of their daily processes in nine training Groups. The impact of this automation has streamlined the daily operations for over 2,000 courses. Key customers include 2AF, AU, and all technical training wings, groups, and squadrons at Goodfellow, Keesler, Lackland, Maxwell, Sheppard, and Vandenberg Air Force Bases. At each training location the key customers include instructors, instructor supervisors, training managers, registrars, and commanders at all levels. Program Objective: The program objective is to obtain the Questionmark Annual Maintenance Subscription for use within the Air Education and Training Command (AETC) Technical Training Management System (TTMS) architecture in order to provide its users the required capabilities to accomplish the mission objectives. B. PURPOSE AND SCOPE Scope of Work: The objective of this Task Order (TO) is to obtain the Software Annual Maintenance and Support Subscription for the following: TASK I Annual Software Maintenance Subscription (12 months) for the following Questionmark Corporation software licenses: Qty Description 1 Questionmark Perception Includes the following: • QMP Oracle (Unlimited AETC Servers Installations) • Unlimited Participants • 26-Windows Authoring Manager Licenses • 600-Web Based Administrator Licenses • 3-Browser Based Authoring License • QMWise enabled 1 Questionmark Secure Includes the following: • Unlimited AETC Server Installations Questionmark Annual Software Maintenance and Support (Initial Year) POP: 29 June 2008 - 28 June 2009. The software support and maintenance will continue to provide support for the development of automated technical training surveys and tests throughout AETC used throughout the command in the Air Education and Training Command (AETC) Technical Training Management System (TTMS) program. Questionmark's Basic Annual Maintenance Subscription covers Free Upgrades (both Major and Minor Version Updates/Upgrades) including maintenance releases for currently supported products, Free Technical Support (via Phone, Email,& Web), Online access to documentation, Best practices guides, Manuals and Knowledge base articles, Support-related RSS feeds TASK II (Option Years): Reference CLIN Structure Above (Paragraph 5) The government reserves the right to exercise the Optional Services for Annual Maintenance and Support Renewal in one year increments starting 29 June 2009. C. DELIVERABLES: Reference CLIN Structure Above (Paragraph 5 & 6) Software Annual Maintenance Subscription: • The contractor shall acquire and deliver the required software and/or documentation for Questionmark licenses, maintenance and support agreements, support plan, documentation, and warranties to HQ AETC/A5RI, Randolph AFB, Texas to be utilized in the Air Education and Training Command (AETC) Technical Training Management System (TTMS) in order to provide automated training surveys and tests throughout all the Air Education and Training Command (AETC) including but not limited to all AETC TTMS operational location sites including Keesler AFB, MS; Sheppard AFB, TX, Lackland AFB, TX, Goodfellow AFB, TX, Vandenberg AFB, CA; Maxwell AFB, AL; and Randolph AFB, TX and Geographically Separated Units (GSUs). Delivered Questionmark Software products will be in the most current version, and will include all new releases and software "bug fixes" since the version release. • Contractor shall comply with DOD Policy on Elimination of Use of Class I Ozone-Depleting Substances (Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d)). No DOD contract awarded on or after June 1, 1993 may include a specification or standard requiring the use of an ozone depleting chemical. The supply or service being procured by this contract has been certified as a non ODC item. If to contractor's knowledge the product or service contains or will require the use of ozone depleting chemicals in the performance of this contract, you are required to notify the Contracting Officer immediately. Further information and guidance can be found at http://www.section508.gov • Contractor shall provide one (1) copy of related documentation for each software release item provided under the terms of the software subscription plan. Licensee has the right to make extra copies of Related Documentation up to the number of copies licensed; provided Licensee reproduces all proprietary right notices which appear on the original version of Related Documentation. • All deliverables must meet professional standards and meet the requirements set for in the purchase order and associated orders. All material produced under this task order shall become the sole property of the USAF. D. WORK HOURS Hours of Operation: Contractor personnel shall be flexible and establish local work schedules that are similar to the normal work schedules established for military and civilian personnel at the respective AETC operational technical training work locations. Key personnel, such as Database administrators will be scheduled to maximize availability to TTMS users during normal duty hours of all TTMS sites. Contractor personnel may have different holiday schedules than government employees and individual contractors may be required to work on designated corporate holiday. Period of Performance/Delivery schedule: Unless otherwise delineated in delivery order, all deliverables will be provided in hardcopy and electronic format to AETC/A5RI. Contractor shall deliver Annual Maintenance Subscription documentation no later than 30 days from award of contract. Annual Maintenance Subscription to expire on 28 June 2009. F. SECURITY Clearances: No security clearance is required to complete this work. Contract personnel are required to have personal identification cards furnished by their employer. Privacy Act: The system is unclassified but contains sensitive information subject to the Privacy Act of 1974. Access to information subject to the provisions of the Privacy Act is required and will be safeguarded IAW Privacy Act of 1974. A National Agency Check (NAC), IAW AFI 33-202, is required for all contractor personnel. Conflict of Interest: It is the Contractor's responsibility to identify any situation in which the potential for a conflict of interest exists. The Contractor and Contracting Officer will mutually take action to resolve the conflict. Disclosure of Sensitive Data: The Contractor recognizes that in the performance of this contract it may receive or have access to certain sensitive information including information provided on a proprietary basis by carriers, equipment manufacturers and other private or public entities. The Contractor agrees to use and examine this information exclusively in the performance of this contract and take the necessary steps to prevent disclosure of such information to any party outside the Government. G. GOVERNMENT ROLES AND RESPONSIBILITIES - AETC AETC will respond to requests from the contractor, and provide access to all necessary subject matter experts within a time period mutually agreeable to both AETC and the contractor's Program Manager, without adversely affecting the project schedule. For all TECHNICAL questions, please contact Mr. Mark Pennington, Mark.Pennington@randolph.af.mil, or phone 210-652-8029. For all CONTRACTUAL questions, please contact Christina Fernandez at 210-652-7750 or Ms. Jodie Hagee at 210-652-6388 or by e-mail to Christina.Fernandez@randolph.af.mil, or Jodie.Hagee@randolph.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ef61291931b86352336f07a7d8b059bc&tab=core&_cview=1)
 
Place of Performance
Address: HQ AETC/A5RI - F3PF3D, 100 H Street, Ste 3, Randolph AFB TX 78150, Randolph AFB, Texas, 78150, United States
Zip Code: 78150
 
Record
SN01583502-W 20080601/080530215724-ef61291931b86352336f07a7d8b059bc (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.