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

70 -- See Attachment. All quotations must be received no later than 9:00 AM EST, 16 SEPT 2009. Email quotations and questions to jennifer.mayers@us.army.mil.

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV4509NX
 
Response Due
9/17/2009
 
Archive Date
11/16/2009
 
Point of Contact
Jennifer Mayers, 586-574-7634
 
E-Mail Address
TACOM - Warren Acquisition Center
(jennifer.mayers@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis and Solicitation W56HZV4509NX: Software and Maintenance Support I. INTRODUCTION A. 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. B. The combined synopsis and Request for Quotation (RFQ) number is: W56HZV4509NX. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, effective 12 Jun 2008. D. The NAICS code applicable to this acquisition is 541512 with a size standard of $25.0 (in millions). E. Basis for award will be the best value to the Government. The base period of performance is for twelve (12) months and two (2) option years; period of performance for each option year will be twelve (12) months. The requirement may be awarded for base year only. F. II. GENERAL A. The United States Army in Warren, Michigan has a requirement for the following: Base Year Software and Maintenance Support: QTY 1: NX Advanced Designer Bundle Software QTY 2: NX Advanced Designer Bundle Maintenance QTY 1: NX Open Toolkits Author Maintenance QTY 1: NX Cast On-Line Library Single Maintenance Option Year 1 and 2 Maintenance Support: QTY 2: NX Advanced Designer Bundle Maintenance QTY 1: NX Open Toolkits Author Maintenance QTY 1: NX Cast On-Line Library Single Maintenance The period of performance will be for 12 months from date of award. Include individual pricing for option year one and two. Period of performance for each option year is twelve (12) months. The requirement may be awarded for base year only. Delivery and Acceptance: Delivery and Acceptance will be FOB destination. Ship To: 6501 E. Eleven Mile Road Warren, MI 48379-5000 B. This acquisition is unrated under the Defense Priorities and Allocations System (DPAS). C. Submittal Instructions: TACOM reserves the right to seek clarification on any aspect of your quotation. D. All quotations must be received by TACOM no later than 9:00 AM EST, 17 SEPT 2009. Email quotations to jennifer.mayers@us.army.mil. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required in the Central Contractor Registry (CCR) database prior to receiving an award of a contract. Refer to website www.ccr.gov for registration information. E. Questions are requested via email, addressed to Jennifer Mayers, at jennifer.mayers@us.army.mil. III. SOLICITATION PROVISIONS AND CONTRACT CLAUSES The following clauses from the Federal Acquisition Regulation (FAR) apply to this synopsis/solicitation: Complete text of FAR and DFARS provisions and clauses can be accessed at: Federal Acquisition Regulation (FAR): http://farsite.hill.af.mil/vffar1.htm Department of Defense FAR Supplement (DFARS): http://farsite.hill.af.mil/VFDFAR1.HTM The listed provision or clauses require contractors to fill-in the necessary information applicable to this solicitation and be included with quote: 52.212-3 52.219-1 52.225-2 52.204-7, CCR Registration 52.212-1, Instructions to Offerors -- Commercial Items 52.212-2, Evaluation Commercial Items 52.212-3, Offeror Representations and Certifications -- Commercial Items 52.212-4, Contract Terms and Conditions -- Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. (Items (a): 1, 2, 3 (b) 19, 20, 21, 22, 24, 31, 39) 52.214-34, Submission of Offers in the English Language 52.217-5 Evaluation of Options. 52.217-9 Option to Extend the Term of the Contract. 52.219-1, Small Business Program Representations - ALTERNATE I 52.233-1, Disputes 52.249-2 Termination for Convenience of the Government (Fixed-Price). The following clauses from the Defense Federal Acquisition Regulation (DFAR) apply to this synopsis/solicitation: 252.211-7003, Item Identification and Valuation ALTERNATE I 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.237-7007 Termination for Default. Additional TACOM Contracting Center-Warren clauses: 52.232-4000, Contracting Officer's Authority (APR 2006) The Contracting Officer is the only person authorized to approve additions or changes in any of the requirements under any contract, resulting from this solicitation, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event that the contractor effects any change at the direction of any person other than the Contracting Officer, such change shall be solely at the risk of the contractor. (See General Provision, entitled: Notification of Changes, FAR 52.243-7 or paragraph (c) of FAR 52.212-4). 52.232-4007, Wide Area Work Flow (WAWF), Codes and Designated Acceptors (APR 2008) USE THE FOLLOWING CODES TO ROUTE YOUR INVOICES THROUGH WAWF: " To be determined (TBD) The WAWF system will prompt for additional e-mail submission after clicking Signature. The following additional e-mail submissions are required: "Primary Acceptor Name: (TBD) "Primary Acceptor e-mail: (TBD) "Alternate Acceptor Name: (TBD) "Alternate Acceptor e-mail: (TBD) WAWF Invoicing Procedures: Invoices will be submitted electronically through DFAS payment automated system Wide Area Work Flow (WAWF). Contractors, when requesting payment for your contract in WAWF, please submit as a combo, not an invoice. In addition, when requesting payments, the contractor can notify the Acceptor by clicking SEND MORE E-MAIL NOTIFICATIONS and entering the Acceptors e-mail address. Training is available at http://www.wawftraining.com/. The paying office DoDAAC and mailing address is located on the first page of the award. To track the status of your invoice, click on the link, Pay status (myInvoice-External link) at the bottom of the left-hand menu. TACOM-Warren uses WAWF-RA (Receipt and Acceptance) to electronically process vendor requests for payment. (See DFARS clause 252.232-7003, entitled Electronic Submission of Payment Requests and Receiving Reports). Under WAWF-RA, vendors electronically submit (and track) invoices, and receipt/acceptance documents/reports. Submission of hard copy DD250/invoices is no longer acceptable for payment purposes. The contractor shall register to use WAWF-RA at https://wawf.eb.mil There is no charge to use WAWF. Direct any questions relating to system setup and vendor training to the Help Desk at Ogden, UT at 1-866-618-5988. Web-based training for WAWF is also available at http://www.wawftraining.com/ To obtain payment, WAWF requires the contractor to input/indicate the various DoDAAC (Department of Defense Activity Address Code) codes that apply to the acquisition. These codes can be found on the cover page of contracts/orders as described below. Also, contractors must ensure to include the purchase request number in the line item description. This number can be found under the line item description on the order/contract. (Type of Invoice: If this contract calls for contractor submission of a Material Inspection and Receiving report by virtue of the inclusion of the clause at DFARS 252.246-7000, Material Inspection and Receiving Report, use a combo Invoice and Receiving Report. If this DFARS clause is NOT in the contract, use a two-in-one invoice as described in WAWF.) If youre paying office is Columbus, direct any payment-related questions to the Defense Finance Accounting Services (DFAS) Columbus at 1-888-756-4571. Please have your order number and invoice ready when calling about payment status. If youre paying office is other than Columbus, contact your contract administrator for the customer service phone/fax numbers. 52.239-4002, 508 Compliance (NOV 2006) Under Section 508 (29 U.S.C. 794d), Federal agencies must give disabled employees and members of the public access to information that is comparable to the access available to others. Section 508 requires that Federal agencies electronic and information technology is accessible to people with disabilities. All hardware and software purchased under this contract must be Section 508 compliant. If the deliverables are deemed non-compliant, it is the responsibility of the contractor to make it compliant, at the cost of the contractor. Refer to the following website for more about Section 508: http://section508.gov 52.239-4003, ARMY INFORMATION SYSTEM SECURITY REQUIREMENTS 1. Contractor will comply with all Department of the Army Directives, AR 380-5, AR 380-67, AR 25-1, AR 25-2, AR 380-3, AR 380-10, Commander - US Army Garrison Michigan (USAG-M), Directorate of Information Management (DOIM) and Directorate Intelligence Security Division, memorandums, and numbered messages. All information systems (IS) require accreditation and certification and must be approved by the Designated Approval Authority (DAA). Approval is required prior to any IS connection to the network is accepted. Personnel requiring access to sensitive defense information, because of their duties in repairing or working on IS equipment or software, will be appropriately investigated based on the sensitivity of the Information Technology (IT) position held in accordance with AR 25-2. Before a technician can work on IT hardware/software, the background investigation must be initiated. a. The requesting agency/contractor should have a contract with USAG-M and an on-site Information Assurance Security Officers (IASO). The IASO shall be knowledgeable of AR 25-2 and other security requirements, and would be the person responsible for that agency/contractor. b. If remote access to Garrison-Michigan networks, hereby known as Garrison-Michigan networks, is needed for this agency/contractor to monitor Garrison-Michigan networks unclassified network, the agency/contractor must use a National Security Agency approved method to encrypt this information if it is sent/received outside this Command. The use of a commercial Internet Service Provider mail account or ftp for receipt or storage of government information is prohibited. A Terminal Server Access Controller System (TSACS) Account must be established and used for government email and installed on a government machine. 2. The security measures below are consistent with Dept of the Army security policies and directives and are required to protect all associated Garrison-Michigan networks. The goal is to ensure the confidentiality, integrity, and availability of Dept of the Army automation assets and software and to reduce cracker, hacker, and malicious code attacks to the maximum extent possible. a. In accordance with (IAW) AR 25-2, agency/contractor employees must be designated as IT I, IT II, or IT III positions. Personnel who require access to sensitive and/or classified defense information because of their duties with an IS will be appropriately investigated based on the sensitivity of the IT position held in accordance with AR 25-2. Before assumption of IT duties, an SF85P or SF86 must be completed and sent by your Facility Security Officer (FSO) direct to Defense Security Service for each individual requiring access. A copy of the SF85P or SF86 must be sent to AMSTA-CM-SC for review, who will summarize their findings and provide same to the USAG-M Designated Approving Authority (DAA) who can grant interim access to agency/contractor employees if the required investigation has been submitted by your FSO to Defense Security Service (DSS) and a EPSQ receipt is faxed to AMSTA-CM-SC at DSN 786-6362, or (586) 574-6362 - AND if there are no derogatory issues found. The SF85P or SF86 copies can be mailed to: CDR U.S. Army TACOM, 6501 E. 11 Mile Road, ATTN: AMSTA-CM-SC, Warren, MI 48397-5000. Contractor will be responsible for submitting their required security investigations to the Defense Investigative Service Clearance Office (DISCO). Upon request contractor will provide security investigation data to Directorate Intelligence Security Division, so their personnel can be incorporated into the Garrison-Michigan Security Clearance Roster. b. Personnel assigned to IT- positions must have completed an SF 85P and FP 258, have a favorable local review, and have initiated the (National Agency Check with Local Agency and Credit Checks (NACLC), and proof of the initiation of the Single Scope Background Investigation, before access to a Department of the Army automation network and information can be granted. c. Personnel assigned to IT-II & III positions must have completed a SF 85P and FP 258, have a favorable local review, and have initiated the (National Agency Check with Local Agency and Credit Checks (NACLC). d. All agency/contractor employees who have access to Garrison- Michigan IS must complete Computer User Information Awareness Training annually. Proof of completion will be retained by the IASO. e. All agency/contractor employees who have access to Garrison-Michigan IS must each read and sign a copy of Acceptable Use Policy (AUP) annually. Proof of compliance will be retained by the IASO. f. IAW Garrison-Michigan directives submit the required completed forms for all agency/contractor employees that require GarrisonMichigan network(s), and TSACS, access. The required forms are available in the Outlook Forms crib. Contact the COR or Government POC if you need a copy. (1) New MGNET Account. (2) Trusted System Application (TUA 12) with attachments. (3) Contractor/Vendor Terminal Server Access Controller System (TSACS) Account and Password Request. (4) An Accreditation and Certification process for each IS that operates within USAG-M must be reviewed by the Information Assurance Manager (IAM) and then forwarded to the DAA for final approval before connection is accepted. e. IAW Dept of the Army Directives, AR 25-2, agency/contractor must have malicious code protection on their PC/s used to connect to the GARRISON-MICHIGAN networks. Malicious code protection must be monitored daily for updates and immediate implementation. USAG-M DOIM uses the most current version of Symantec Anti-virus software. (1) Report any malicious code problems or thefts of equipment, software, or code to the USAG-M Network Operations Center (NOC) IASO. The IASO will forward automation security concerns to his/her supporting Information Assurance Manager (IAM). f. Secure the computer equipment and information associated with this contract in a locked office or container, and locked building. (1) Ensure only personnel designated to work on this contract have access to the computer equipment and information. (2) Foreign Nationals must not have access to this equipment and information. (3) Identify the physical security measures (i.e. locked office, locked buildings, building alarms etc.) in place to protect the contract-associated equipment and information at the agency/contractor location. Provide a short description and diagram. g. DOIM Helpdesk, when issuing an agency/contractor e-mail accounts, will ensure that their names, when displayed, show they are contractors and not government employees. h. Access for agency/contractor will be limited to the TWNET and servers directly related to their contract work. i. Each agency/contractor employee associated with this contract must have a unique Department of the Army issued password and user ID. User IDs and Passwords will not be shared among employees. j. Coordinate with USAG-M Directorate Of Information Management (DOIM) to ensure computers used by the agency/contractor are properly configured to work with TSACS and the TWNET. l. On completion of the project/contract the agency/contractor will notify the USAG-M IASO, who t hen will notify the DOIM Information Assurance Team and DOIM Helpdesk, so all network, and TSACS access can be terminated. 3. POC for this action is Mr. Paul Gayan, IMNW-MIG-IMS, 586-574-5561. ( End of Clause ) 52.246-4009, INSPECTION AND ACCEPTANCE POINTS: DESTINATION (FEB 1995) Inspection and acceptance of supplies offered under this purchase order shall take place as specified here. Inspection: DESTINATION Acceptance: DESTINATION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE07/W56HZV4509NX/listing.html)
 
Place of Performance
Address: TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN01954168-W 20090916/090915001556-9b4e4118000a6b733f9dbc6ab9644569 (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.