Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

99 -- CORASWORKS SOFTWARE AND LICENSES

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
LGCB-F2VUJ09125AC02-CORASWORKS_SOFTWARE
 
Archive Date
9/17/2009
 
Point of Contact
Jamie G Calcasola, Phone: 813-828-6570, Alyson Gowin, Phone: 813-828-1872
 
E-Mail Address
jamie.calcasola@macdill.af.mil, alyson.gowin@macdill.af.mil
(jamie.calcasola@macdill.af.mil, alyson.gowin@macdill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description ***This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice and is current as of FAC 2005-18, DCN 20070531, and AFAC 2007-0531. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This procurement is set aside 100% for Small Business. The North American Industry Classification System code (NAICS) is 443120 the size standard of which is $8,000,000.00.*** DESCRIPTION: PURCHASE CORASWORKS SERVERS LICENSES AND 1 YEAR OF MAINTENANCE SUPPORT PART #GS10028-32.. This is 100% Small Business Set-aside for the following:*** Group Items 1-3 are Brand Name or Equal. Group Item 1- PURCHASE CORASWORKS SERVERS LICENSES PART #GS10028-32. QUANTITY 2*** Group Item 2- 1 YEAR OF MAINTENANCE SUPPORT FOR WORKPLACE SUITE PART # 10028 MP QUANTITY 2*** unique characteristics of the software: • End-user Forms - The end-user forms include with the Workplace Suite allow Enterprise users to work with information in the context of the specific solution, instead of working directly with a SharePoint list of library. These runtime forms provide an intuitive, friendly way of adding and editing information. You can use our out-of-the-box forms or create your own custom forms using our builder wizards. • Business Process - With the business Process features, the enterprise can automate and add workflow to any defined process. Our workflow capabilities include event based triggers, scheduled activities, and email notifications. The Workplace Suite also includes elements of Human Workflow, such as end-user actions, which allow end users to interact directly with the information and push it through a process. • Display, Dashboards, and Reporting - Our Displays, Dashboards, and Reporting feature set provide instant access to real-time data and information from across the enterprise. The rich, interactive grids, calendars, and charts connect to an aggregate date so you can build dashboards, and reports against any data, including external data. You can also create your own custom displays, views, and reports using our Builder Wizards. • Design Tools - The Design Tools included as part of the Workplace Suite help ensure you optimize your environment and solutions for performance and use. AJAX-enables templates ensure optimal performance, and our Master Page Wizard ensures consistent design look, and feel to your sites and solutions. The navigation tools make it easy for users to move around the environment, and allow you to introduce both a structural and virtual design to your environment, and allow you to introduce both a structural and virtual design to your environment. • One-Touch Management System - The Corasworks One-Touch Management System significantly reduces the time and effort required to manage and maintain your SharePoint solutions. System/Site admins can make environment-workflow capabilities, and site portfolios, all from a single location. Components and applications can be "locked down", giving users the ability to work with information, but not alter the underlying configuration. And, our global links make it easier to promote you solutions from development and testing environments into production. What capabilities are needed? • Allow users to work with information in the context of the specific solution, instead of working directly in a SharePoint list of library. • Provide workflow capabilities that include event based triggers, scheduled activities, and email notifications. • Allow end users to interact directly with the information and push it through a process. • Provide instant access to real-time data and information from across the enterprise. • Provide interactive grids, calendars, and charts that connect to an aggregate data to build dashboards and reports against any data, including external data. • Ensure consistent design, look, and feel to sites and solutions. • Provide navigation tools to make it easy for users to move around the environment, and allow the introduction of both a structural and virtual design to the environment. • Reduce the tie and effort required to manage and maintain SharePoint solutions. • Ability to make Enterprise-wide changes to navigation, display, data connections, end-user actions, workflow capabilities, and site portfolios, all from a single location. • Make it easier to promote the solutions from development and testing environments into production. If Software needs to integrate into existing systems: o What are those systems?  MOSS 2007  SQL 2005 o How does it need to integrate?  Ability to interact with all of the MOSS 2007 components Connect with SQL 2005 and provide ability to pull data into MOSS 2007 without delay. For performance/delivery to HQ USSOCOM/SONC-J64-CM ATTN: JUAN DE LA MATTA 2705 ZEMEKE, BLDG #536 MACDILL AFB FL 33621-5105 TEL: 813-826-1190 PLEASE NOTE: Any "Or Equal" item quoted must meet all characteristics listed above. Bidders must provide information detailing how their product meets all stated requirements. Quotes will be evaluated on price. Award will be made to the lowest price offeror that is determined to be technically acceptable IAW DoD 4500.36R. Bidders shall qoute on all items or none. Please ensure all quotes are complete and accurate, all information is filled out, and required clauses are complied with, otherwise the quotation will be rejected for being non-responsive. The winning contractor will be issued an award corresponding to this solicitation, candidates must include a phone number and/or email address, be registered on the central contractor registration (CCR), ORCA or provide representations and certifications as found in FAR 52.212-3 and 252.212-7000, and not found ineligible for award on the Excluded Partied List System EPLS. Quotations are due no later than 12:00 PM EST on 2 September, 2009 to SrA JAMIE CALCASOLA by e-mail to JAMIE.CALCASOLA@MACDILL.AF.MIL or by fax at (813) 828-5111. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http//farsite.hill.af.mil or ): FAR 52.204-7, Central Contractor Registration, FAR 52.211-6, Brand Name or Equal, FAR 52.212-1, Instructions To Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Dev), within FAR 52.212-5, the following clauses apply: FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 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, FAR 52.252-2, Clauses Incorporated by Reference. A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004(Alt), Required Central Contractor Registration. The following Defense FAR Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Requests, 252.247-7024, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/LGCB-F2VUJ09125AC02-CORASWORKS_SOFTWARE/listing.html)
 
Place of Performance
Address: Macdill AFB, FL, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01925608-W 20090827/090826000707-321928ae1187923084f1a9cba588e60e (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.