Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOLICITATION NOTICE

D -- Maintenance for Captiva Software Services

Notice Date
3/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1054427-09-DH
 
Point of Contact
Debbie Hammond,, Phone: (301) 827-7157
 
E-Mail Address
deborah.hammond@fda.hhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items for maintenance/support for software manufactured by EMC Captiva prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 1054427-09-DH. This acquisition is issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. (iv) The associated NAICS code and small business size applicable tot his requirement is code is 811212. This is a small business set aside for authorized resellers and the small business size standard is 500 employees. (v) Description of requirements: The Food and Drug Administration (FDA) has a requirement that requires the need to obtain maintenance renewal for the following software: 0001, Capture Connect, Qty 2; 0002, Dispatcher for IA Bundle < 45,000 PPY, Qty. 1; 0003, Dispatcher Manager Client, Qty 2; 0004, Dispatcher Validation Module (1 client) WSTN; 0005, IA Adobe Acrobat Capture Review, Qty 2; 0006, Image Enhancement, Qty 2; 0007, ImputAccel Image Generator, Qty 1; 0008, InputAccel Index Module, Qty 5; 0009, InputAccel Production Scan Module (Level 4), Qty 1; 0010, InputAccel Production Scan Module (Level 4), Qty 1; 0011, InputAccel Rescan Modle (All Levels), Qty 2; 0012, InputAccel Server – 9,125,000 PPY, Qty 1; 0013, InputAccel Std Export-1mg/index/ODBC (source code), Qty 1. The period of performance will be twelve (12) months. (vi) The Food and Drug Administration requests responses from qualified sources capable of provided the following scope of work: The contractor shall provide Basic Support during the warranty period. The services provided shall include: Remote Technical Support – The contractor shall provide (i) technical response by remote means based on the Severity Level of the problem, or (ii) when deemed necessary by the contractor, onsite support purchased as by the agency. FDA may contact the contractor by telephone or web interface 7X24 hours/day to report an Equipment, Core Software, or other Software problem and provide input for initial assessment of the following Severity Levels: Severity Level 1: 2 local business hours; on a 5X9 basis Severity Level 2: 4 local business hours; on a 5X9 basis Severity Level 3: 8 local business hours; on a 5X9 basis Severity Level 4: 12 local business hours; on a 5X9 basis Replacement Parts and Installation – The contractor shall provide replacement parts when deemed necessary by the contractor: Installation of all replacement parts shall be performed by FDA. Replacement parts will be shipped by the contractor for arrival the next local business day Core Software (operating system) Releases and installation – Contractor provides new releases of Core Software, as available, for customer installation. The contractor shall provide EMC Software (Enterprise, Application, or Enhanced Feature Software, but excluding Core Software) Releases, and installation- The Contractor provides new releases as available; the customer will perform installation unless otherwise deemed necessary by the contractor. Access to Web based customer support tools – The contractor shall provide FDA with access to EMC’s web-based customer support tools via EMC Powerlink website on a 7X24 hours/day basis. (vii) The location of delivery is 4300 River Road, College Park, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included are as follows: The Government will select the bidder whose offer best conforms to the solicitation and is most advantageous to the Government. The ability to provide the requested support is the most important factor. If proposals are equal in their technical merit, lowest price will become the determining factor. (x) The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition (xi) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the following additional clauses apply to this acquisition: (xii) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 627(s)(4); (xiv)52.219-14, Limitation on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14);); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Fed 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-5; Trade Agreements (Nov 2007) (19 U.S.C. 2501); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332); HHSR 352.270–19 Electronic and Information Technology Accessibility (January 2006) Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) as amended by Public Law 105–220 under Title IV (Rehabilitation Act Amendments of 1998), all Electronic and Information Technology (EIT) developed, procured, maintained, and/or used under this contract shall be in compliance with the ‘‘Electronic and Information Technology Accessibility Standards’’ set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the ‘‘Access Board’’) in 36 CFR part 1194. The complete text of Section 508 Final Standards can be accessed at http://www.access-board.gov/sec508/standards.htm. Invoice/Payment – Contractor must be Registered in the Central Contractor Registration (CCR) site and the information should be updated as needed: Vendors must ensure that they are registered and the information that appears in the CCR is updated and correct. The FDA is not responsible for delay of payment (or interest accrued) due to incorrect accounts or information listed in the CCR. The two websites listed provide the relevant information regarding registration and updating your CCR account. Under Federal Acquisition Regulations 4.1102, "Prospective Contractors shall be registered in the CCR database prior to award of a contract or agreement." https://eupdate.dnb.com/requestoptions/government/ccrreg/ and http://www.ccr.gov/handbook.asp ; Payment will be made only after satisfactory completion of concrete deliverables/service. Payment for the deliverables/services will occur only after and in the following order: a. a purchase order has been generated by the FDA contracting office. The contractor shall NOT provide service to the FDA until a purchase order has been received. This is considered an illegal procurement by the government; b. The FDA is being provided access to the resource; c. within 30 days of the FDA Office of Financial Services (OFS) having received and accepted a proper invoice as defined below. A proper invoice from the contractor shall contain the following: Invoice date Invoice name FDA account number issued by the contractor FDA purchase order number displayed in block 3 of the purchase order Description including price, quantity, discount, shipping and performance terms Tax Identification Number (TIN) Electronic Funds Transfer (EFT) and/or remittance information Company contact name, title and direct telephone number Omission of one or more of the above requirements will result in the invoice being rejected. The 30-day window for OFS to pay on the invoice will begin again once a proper invoice is received. The contractor shall address the invoice to the office noted in the purchase order. (xiv) Not applicable,. (xv) Any questions must be submitted in writing via email to dhammon1@oc.fda.gov no later than 11:00 AM Eastern Time on April 3, 2009. Answers will be posted via an amendment to this announcement. Quotations shall be due no later than 11:00 am local time on Aprill 6, 2009 via email to dhammon1@oc.fda.gov. xvi)Contact Debbie Hammond on 301-827-7157 information regarding this solicitation. Primary Point of Contact.: Debbie Hammond Secondary Point of Contact: Ted L Weitzman Contracting Office Address: 5630 Fishers Lane, Room 2129 Rockville, Maryland 20857-0001 Place of Contract Performance: DHHS/FDA 5600 FISHERS LANE ROCKVILLE, Maryland 20857 United States
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6b5e805bcc11d5e9c229497c81042a8c&tab=core&_cview=1)
 
Place of Performance
Address: DHHS/Food and Drug Administration, 4300 River Road, College Park, Maryland, 20770, United States
Zip Code: 20770
 
Record
SN01782311-W 20090402/090331222408-6b5e805bcc11d5e9c229497c81042a8c (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.