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
MODIFICATION

70 -- COGNOS 8 BI - Revision #2 to FA3002-09-T-0014 (COGNOS)

Notice Date
9/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-09-T-0014
 
Archive Date
9/25/2009
 
Point of Contact
Rehana Lakdawala, Phone: 210-652-6395, Jo A. Hagee, Phone: 2106526388
 
E-Mail Address
rehana.lakdawala@randolph.af.mil, jodie.hagee@randolph.af.mil
(rehana.lakdawala@randolph.af.mil, jodie.hagee@randolph.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Summary of Changes for Revision #2 to FA3002-09-T-0014 (COGNOS) 2nd Revision to CLIN Schedule; FA3002-09-T-0014 (COGNOS) 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; proposals are being requested and a written solicitation will not be issued. 2. This solicitation is issued as a request for quotation, the solicitation number is FA3002-09-T-0014. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, effective date 10 Sep 09. 4. This acquisition is unrestricted. The associated NAICS is 423430, the small business size standard is 500 employees. 5. IAW 10 U.S.C. 2304(c), as implemented by FAR Part 6.302-2 1(c) - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, Application for brand name descriptions. A brand name J&A is posted as an attachment. All responsible sources may submit a quotation, which shall be considered. 6. CLIN Schedule and Description of Need a. Contract Line Item Numbers (CLINs) Schedule, offeror shall fill in price and extended amount. The CLIN schedule is also being included as an attachment, "titled FA3002-09-T-0014; REVISION 1 TO COGNOS 8 BI CLIN SCHEDULE". Please use this schedule to provide your pricing. CLIN Description Qty Unit Proposed Unit Price Extended Amount CLIN0001 D0A06LL C8 Bi Non-prod PVU Tufr Tier 2 Trdup Lic + Software S&S 12 Mo 4 EA CLIN0002 D09ZMLL C8 Bi Pwrplay Analyst Ltduse PVU Tufr Tier 1 Trdup Lic + Software S&S 12 Mo 2.3.2. NOTE: Conversation/Trade from 1500 named user to PVU licenses (Not new licenses) 6 EA CLIN0003 Cognos 8 PowerPlay Client with (Standard) Software Subscription and Support (12 months). NOTE: Named User. 3 EA CLIN0004 Cognos 8 BI Administrator with (Standard) Software Subscription and Support (12 months). NOTE: Named User. NOTE: New License 4 EA CLIN0005 E061DLL Renewal -C8 Bi Consumer Limited Use PVU Annual Software S&S NOTE: Conversation/Trade from 1500 named user to PVU licenses (Not new licenses) 6 EA CLIN0006 Renewal - (Standard) Software Subscription and Support for Windows Cognos 8 BI Reporting Developer, Named User. 7 EA CLIN0007 Renewal - (Standard) Software Subscription and Support for Cognos 8 BI Business Author Users. 8 EA b. Air Education and Training Command (AETC) is looking for capable sources that can provide the COGNOS 8 BI software and (Standard) Software Subscription, and Support and Subscription renewal for the web-based student management module of TTMS and client-server software used throughout the command in the AETC Technical Training Management System (TTMS) program. A firm-fixed price contract vehicle will be awarded to the Lowest Priced offeror who can provide ALL items listed above. c. The contractor shall acquire and deliver the required software and/or documentation for IBM COGNOS licenses, maintenance and support agreements, support plan, documentation, and warranties to HQ AETC/A5RI, 100 H Street, Suite 3, Randolph AFB, Texas 78150 to be utilized in the Air Education and Training Command (AETC) Technical Training Management System (TTMS) in order to provide web-based student management module of TTMS and client-server software 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). d. IBM COGNOS software products will be in the most current version, and will include all new releases and software "bug fixes" since the version release. e. 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. f. All deliverables must meet professional standards and meet the requirements set forth in the purchase order. All material produced under this order shall become the sole property of the USAF. g. 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. 7. Deliverables: Shipment is to be FOB Destination. All deliverables shall be delivered to the government at the following address and acceptance will be made by the stated POC: HQ AETC/A5RI, 100 H Street, Ste 3, Randolph AFB TX 78150. POC: Mark A. Pennington. The delivery of all items shall be no later than 30 days from award of the order. The Period of Performance for the maintenance shall be for a 12-month period running from 22 Sep 2009 through 21 Sep 2010. 8. The following provisions/clauses apply to this acquisition: a. 52.212-1, Instructions to Offerors-Commercial Items. b. The provision 52.212-2, Evaluation - Commercial Items, is applicable to this acquisition. Award will be made to the responsible offeror whose offer is found to be the lowest evaluated price. c. 52.212-3, Offeror Representations and Certifications - Commercial Items, Alt I, with its offer. Offerors must have completed their Representations and Certifications in the On-Line Representations & Certifications Application (ORCA) website (the site can be accessed at http://www.bpn.gov/), and must provide a copy of the required portion of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, Alt I, with its offer. d. 52.212-4 Contract Terms and Conditions-Commercial Items. e. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, apply to this acquisition. The following FAR clauses cited in the clause are also applicable to the acquisition. i. 52.203-3, Gratuities (Apr 1984)(10 U.S.C. 2207). ii. 52.204-7, Central Contractor Registration (April 2008); iii. 52.222-3, Convict Labor (June 2003) (E.O. 11755). iv. 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). vi. 52.222-21, Prohibition of Segregated Facilities (Feb 1999). vii. 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). viii. 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). xi. 52.222-36, Affirmative Action for Workers with Disabilities )Jun 1998) (29 U.S.C. 793). x. 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). xi. 52.222-38, Compliance with Veterans Employment Reporting Requirements xii. 52.222-50 -- Combating Trafficking in Persons; xiii. 52.225-13 - Restrictions on Certain Foreign Purchases xiv. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 200) (31 U.S.C. 3332). xv. 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). xvi. 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). f. 52.219-8 - Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). g. 52.219-9, Small Business Subcontracting Plan (Apr 2008). h. 52.219-16 - Liquidated Damages -- Subcontracting Plan (Jan 1999). i. 52.225-1 - Buy American Act-Supplies (Feb 2009) j. 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. k. 52.252-2, Clauses Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. l. AFFARS 5352.201-9101 -- OMBUDSMAN (Aug 2005). Fill-in is as follows: Chief, Business Operations Branch, AETC/A7KB, Maria G. Beckett, Chief Business Operations Branch, AETC A7KB, 2035 1st Street West, Ste 1, Randolph FAB TX 781504304, phone (210) 652-5815, facsimile (210)652-8348, e-mail Lupe.Beckett@randolph.af.mil. m. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) with these additional FAR clauses marked: n. 252.225-7001, Buy American Act and Balance of Payments Program o. 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. 9. Award will be made using Simplified Acquisition Procedures. Evaluation procedures in FAR Part 13.106-2 will be utilized. 10. The quote shall include quantity and payment discount terms, Cage Code, DUNS number, and Tax ID. 11. Offers are due on 15 Sep 09/12:00 PM (CST). They shall be submitted via e-mail: a. E-mail requirements: i. Documents must be in WORD 2007, or earlier format. ii. Any spreadsheets must be in EXCEL 2007, or earlier, format. iii. E-mail SUBJECT line shall read, "HOT: Quote to FA3002-09-T-0014" (bolding and underlining is for the purpose of calling attention to the required subject and is not necessary as part of the subject line). iv. E-mail submission is to: rehana.lakdawala@randolph.af.mil AND jodie.hagee@randolph.af.mil v. IMPORTANT: Offerors shall call Mrs Lakdawala or Mrs Hagee to notify them of submission of the quotation. Submission of quotations will not be considered as received by the contracting office until such time as the Contract Specialist, Rehana Lakdawala, or the Contracting Officer, Jo Ann Hagee, submits acknowledgement of receipt by return e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-09-T-0014/listing.html)
 
Place of Performance
Address: HQ AETC/A5RI, 100 H Street, Suite 3, Randolph Air Force Base, Universal City, Texas, 78150, United States
Zip Code: 78150
 
Record
SN01954134-W 20090916/090915001523-badf578a2d36028737a4192cab923d8d (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.