Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOLICITATION NOTICE

D -- NewEra software maintenance and software supportfor the (USAITA-DC) Pentagon Data Center Services DirectorateIn Washington, D.C

Notice Date
9/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-09-P-0411
 
Response Due
9/17/2009
 
Archive Date
11/16/2009
 
Point of Contact
Richard White, 703-428-0435
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(richard.white20@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
(I) 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. (II) The solicitation document is issued as a request for proposal (RFP). Submit written proposals on RFP number RFQ W91WAW-09-P-0334. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. (IV) The North American Industry Classification System (NAICS) code is 511210 and the size standard is $25 million. The acquisition will be issued as full and open competition. (V) This combined solicitation/synopsis is for purchase of the following commercial services: Any and all Support for software maintenance and telephonic support/assistance, for the SAS software maintenance and software support. The Software products are currently licensed by the Army Information Technology Agency, under U.S. Army Customer ID # 1963. ITEM NO -- SUPPLIES/SERVICES -- QUANTITY -- UNIT- UNIT PRICE - AMOUNT 0001 ONE (1) YEAR 0.00 0.00 Stand Alone Edit (SAE); Customer # 96135 (VI) STATEMENT OF WORK Statement of Work For NewEra Software, Inc. 1.0 BACKGROUND The Department of Army Information Technology Agency, Data Center ( ITA-DC), requires Software Support maintenance for software that are installed and operate on the IBM z9 systems located in the Data Center and the IBM z890 system located at our remote site, Disaster Recovery Site. The vendor must be licensed to provide NewEra Software of the Stand Alone Edit ( SAE) and Image Focus Software Products. Maintenance and Software support for the software products listed are currently installed and licensed by the Army Information Technology Agency. Customer # 96135. 2.0 OBJECTIVE/REQUIREMENT The Contractor shall provide software licenses, maintenance releases, and new software releases. Licensing of software shall consist of software maintenance, to include new software releases, problem resolution services, and correction of software errors identified by the Government in the use of the software. Software maintenance releases are scheduled by the vendor to correct known software problems, eliminate deficiencies, which have been identified, or otherwise improve the operational performance and effectiveness of the original software product. Problem resolution services refers to a customer service hot line whereby the vendor provides telephonic technical support to users of its software products, in the exploration identification, and correction of problems associated with the use of the software. Correction of software errors refers to the vendor providing replacement software code, either through scheduled maintenance releases or one-time emergency releases, for sections of current code, which have been determined to contain errors. Software maintenance may occur at either the Contractors site or at the Pentagon depending on the nature of the problem and the security considerations. In such cases, when the security of the system prevents sending dump information out of the Data Center, the Contractor would be required to perform maintenance on-site. Maintenance: The contractor shall provide Software Support maintenance for Software Products listed in the contract. The Government will notify the contractor in writing of all changes in Hardware upgrade, purchase of new hardware system, or any software product that are no longer required by the government. Documentation: Access code, update version of software product as requested by the government, all training and seminar notification via email. 3.0 PERIOD OF PERFORMANCE The contractor shall provide software support maintenance for a period of one (1) year, period of performance date of award for one year. The principal period of maintenance shall be 24 hours per day, 7 days week, 365/366 days per year including holidays; this will be called 24x7 maintenance. 4.0 INVOICING INSTRUCTIONS In accordance with DFARS 252.232-7003, Electronic Submission of Payment Request, please submit all invoices using the Wide Area Work Flow (WAWF) online database system. To become a registered user, go to https://wawf.eb.mil. Training for WAWF, may be obtained by visiting http://wawftraining.com/. POC for invoice certification and payment: Ms. Diane Barnes, IT Specialist, COR Telephone: Fax Payment will be made by: DFAS-IN/BVD/IN Vendor Pay Dept 3800 8899 East 56th Street Indianapolis, IN 46249-3800 5.0 WARRANTY The Contract shall provide a standard commercial warranty. 6.0 TECHNICAL POC Email: Mr. James Doyle, IT-Specialist Telephone: (VII) Period of Performance (POP): USAITA-DC Pentagon Data Center Services Directorate in Washington, DC Base Year: 12 months after the effective date of award. 01 Oct 2009 to 30 Sept 2009. (VIII) The provision 52.212-1 -- Instructions to Offerors -- Commercial Items, applies to this acquisition. (IX) The provision at FAR 52.212-2 Evaluation -- Commercial Items applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (X). The provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items(By Reference), applies to this acquisition, the offeror must submit a completed copy of with its quote. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions (By Reference), applies to this acquisition. (XII) The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items is applies to this acquisition Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (17) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (21) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). Office of Foreign Assets Control of the Department of the Treasury). _X_ (38) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractors directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1)(i) through (xi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (ii) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (iii) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (iv) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (v) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (vi) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (vii) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (viii) 52.222-54, Employment Eligibility Verification (Jan 2009). (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (XIII) The Government intends to award a firm-fixed-price order resulting from this combined synopsis/solicitation. (XIV) N/A (XV) Quotes are required to be received in the contracting office no later than 10:00 PM noon EST on September 18, 2009. All quotes must be emailed to the attention of, Richard W. White @ Email: richard.white20@us.army.mil (XVI) Any questions regarding this solicitation should be directed to Richard White, Contract Specialist, by email: richard.white20@us.army.mil no later than September 15, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-P-0411/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
 
Record
SN01951274-W 20090913/090912001640-3ad4bc8e6dd9cf52b023875c91b2ca23 (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.