Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

99 -- Software License and Maintenance Support

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
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-T-0195
 
Response Due
9/21/2009
 
Archive Date
11/20/2009
 
Point of Contact
Regina Y. Foston, 703-428-0425
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(fostonr@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Software License and Maintenance Support Request-for-Quotation (RFQ): W91WAW-09-T-0195 (1)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (2)The solicitation document is issued as a Request-for-Quotation (RFQ). Submit written quotations on RFQ number W91WAW-09-T-0195. (3)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. (4)The North American Industry Classification System (NAICS) code is 541511 and the size standard is $25 million. The acquisition is a 100% Small Business Set-Aside. The Government intends to award a Firm-Fixed-Price (FFP) contract resulting from this combined synopsis/solicitation. (5)This combined synopis/solicitation is for procurement of the following: Software licenses, maintenance releases, and new software releases. Licensing of software shall consist of software maintenance, to include new software releases, problem solution services, and correction of software errors identified by the Government in the use of the software. Contractors shall provide the unit price for the requirements listed below: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT PERIOD OF PERFORMANCE: 1 OCTOBER 2009 30 SEPTEMBER 2010 0001ThruPut Manager 12 Month0.00 0.00 0002TM/Job Binding Services 12 Month0.00 0.00 0003TM/Dataset Contention Service 12 Month0.00 0.00 (6)Specifications: 1.0 BACKGROUND: The Department of Army Information Technology Agency, Data Center (ITA-DC), requires Software Support maintenance for software that is installed and operated on the IBM z9s systems located in the Data Center and the IBM z890 system located at the Disaster Recovery Site. 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 a replacement of the 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 is no longer required by the Government. 3.0 PERIOD OF PERFORMANCE: The contractor shall provide Software Maintenance Support for a period of one year (1 October 2009 30 September 2010). The principal period of maintenance shall be 24 hours per day, 7 days week, 365/366 days per year including holidays. 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/. 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. (7)FAR 52.212-1Instructions to OfferorsCommericial Items, applies to this acquisition. (8)FAR 52.212-2EvaluationCommercial Items, applies to this acquisition (9)Basis of Award: The following factors shall be used to evaluate offers: 1.Factor 1: Technical Capabilities The Government will evaluate the offerors ability to provide the resources and comply with the requirements as outlined in the Specifications paragraph (see paragraph six of the Combined Synopsis/Solicitation). 2.Factor 2: Price The Government will evaluate the offerors price to determine that prices are fair and reasonable. Prices will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b)(2). No adjectival ratings will be used to evaluate price. Factor 1 will be rated using the following Adjectival Scale: AcceptableA quotation that satisfies all of the Governments requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Governments requirements. UnacceptableA quotation that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. (10) FAR 52.212-3, Offeror Representations and CertificationsCommercial Items (incorporated by reference), applies to this acquisition. Therefore, offerors must submit a completed copy of their representation and certification information with this quotation. (11) FAR 52.212-4, Contract Terms and ConditionsCommercial Items (incorporated by reference), applies to this acquisition. (12) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (incorporated by full-text), applies to this acquisition. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2009) _x__ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). _x__ (18) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _x__ (20) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _x__ (21) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). _x__ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). _x__ (23) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). _x__ (25) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). _x__ (38) 52.232-33, Payment by Electronic Funds Transfer--Central 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: (Contracting Officer check as appropriate.) (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 Contractor's 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 this paragraph (e)(1)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). (vii) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (x) 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.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (Not applicable until May 21, 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) (13) The Government intends to award a Firm-Fixed-Price (FFP) contract resulting from this combined synopsis/solicitation. (14) Questions are due no later than 17 September 2009, 1:00 PM E.S.T. Contractors must submit questions to Ms. Regina Foston, Contract Specialist, via electronic-mail: FostonR@conus.army.mil. Telephone inquiries will not be accepted. The combined synopsis/solicitation closing date and time are as follow: 21 September 2009; 9:00 A.M. E.S.T. Quotes shall be submitted to Ms. Regina Foston at FostonR@conus.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-T-0195/listing.html)
 
Record
SN01953108-W 20090916/090915000009-eb43ef51f056601c2c6aa7c67dad58fa (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.