Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOLICITATION NOTICE

D -- AmberPoint Licenses and Maintenance - Requirements List

Notice Date
4/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. 4502, Arlington, Virginia, 22204-4502, United States
 
ZIP Code
22204-4502
 
Solicitation Number
DNEMC94155-AmberPoint
 
Point of Contact
Michael Warwick, Phone: 7036810291
 
E-Mail Address
Michael.Warwick@disa.mil
(Michael.Warwick@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
The attached Requirements List format shall be used for Price Quotes REQUEST FOR PRICE QUOTES Amberpoint software, maintenance support, and AmberPoint consultation to support the Net-Centric Enterprise Services ( NCES) Enterprise Service Management (ESM) capability mission. As reflected on the attached requirements list, this acquisition will provide the following: SOFTWARE LICENSE: Four ( 4) Dual Core CPU licenses are being upgraded to Quad Core for both SIPRNet and NIPRNet Production - each environment is using servers with 2 Quad Core CPUs. AmberPoint will provide an "Unlimited Right to Deploy" for its Proxy agents as well. SOFTWARE MAINTENANCE: Maintenance and support for the existing AmberPoint software (purchased in FY09) is needed as well as for the new software being purchased. CONSULTATION SUPPORT: A maximum of 90 days are required along with associated travel funds. The consultation support will provide critically needed, Amberpoint subject matter experts to assist with the integration of the software. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement is the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is DNEMC94155 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, and Defense Federal Acquisition Regulation Supplement (DFARS) Document Change Notice (DCN) current to 20090825. The following Federal Acquisition Regulation (FAR) and DOD FAR Supplement (DFARS) provisions apply: 52.202-1 Definitions, 52.203-5 Covenant Against Contingent Fees, 52.203-6 Restrictions On Subcontractor Sales To The Government, 52.203-7 Anti-Kickback Procedures, 52.209-9000 Organizational And Consultant Conflicts Of Interest (OCCI), 52.212-1 Instructions To Offerors--Commercial Items, 52.212-3 Offeror Representations And Certification--Commercial Items, 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, 52.232-1 Payments, 52.232-17 Interest, 52.232-33 Payment By Electronic Funds Transfer--Central Contractor Registration, 52.233-1 Disputes 52.233-3 Protest After Award, 52.233-4 Applicable Law For Breach Of Contract Claim, 52.243-1 Changes--Fixed Price, 52.247-34 F.O.B. Destination, 52.252-6 Authorized Deviations In Clauses, 252.212-7000 Offeror Representations And Certifications- Commercial Items, 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports, 52.204-9000 Points Of Contact, 52.204-9001 Contract/Order Closeout-Fixed-Price, Time-And-Materials, Or Labor-Hours, 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, 52.232-9000 Wide Area Workflow-Receipt And Acceptance (WAWF-RA), 52.239.9001. Data Information Assurance Protection, 52.252-2 Clauses Incorporated By Reference, 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items. DISA is exempt from paying Federal or State taxes. The DISA Exempt Tax ID Number is 53-0207336. Offerors must be registered in Central Contractor Registration (CCR). Offerors shall include in their quote the CAGE code, DUNS number, and tax identification number (TIN) of their organization. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 541511 with an associated small business size standard of $25M. This requirement is 100% set-aside for Small Businesses. New equipment/products ONLY, NO remanufactured products, and no "grey market". Offerors must be authorized resellers/OEM suppliers. This acquisition is firm-fixed-price and solicited on a Brand Name basis in accordance with FAR 6.302-1. Configuration and compatibility issues justify the use of brand names. A justification for specific Brand Name is also attached for reference. Only Open Market Pricing will be considered. This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. The Government will award a single purchase order to the responsible offeror whose offer conforms to the requirements as stated in this synopsis and is most advantageous to the Government based on the lowest price, technically acceptable. DISA requires the following items, EXACT MATCH only: ** See above requirements list ** If an item in the purchase request has been discontinued or is unclear, offerors may electronically contact Michael Warwick at Michael.Warwick@disa.mil. Quotes are due no later than 10:00 A.M. EST, Wednesday, 5 May 2010. Responses/offers shall be submitted electronically to Michael.Warwick@disa.mil. Quotes must be valid for thirty (30) days after due date. The vendor shall deliver any product software, patches, or updates electronically or to the following location during the period of performance for contract award: DISA PEO-GES (NEB5) Attn: Lawrence Caramia (703) 882-1660 Lawrence.Carami@disa.mil 5275 LEESBURG PIKE FALLS CHURCH VA 22041 JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION SPECIFIC MAKE AND MODEL Description of Supplies/Services:. As reflected on the attached requirements list, this acquisition will provide the following: • SOFTWARE LICENSE: Four (4) Dual Core CPU licenses are being upgraded to Quad Core for both SIPRNet and NIPRNet Production - each environment is using servers with 2 Quad Core CPUs. AmberPoint will provide an "Unlimited Right to Deploy" for its Proxy agents as well. • SOFTWARE MAINTENANCE: Maintenance and support for the existing AmberPoint software (purchased in FY09) is needed as well as for the new software being purchased. • CONSULTATION SUPPORT: A maximum of 90 days are required along with associated travel funds. The consultation support will provide critically needed, Amberpoint subject matter experts to assist with the integration of the software. Demonstration of Contractor's Unique Qualifications: The required software, maintenance/support, and subject matter expertise are proprietary to the AmberPoint manufacturer and can only be obtained from them or authorized AmberPoint resellers. NCES requires two capabilities that are available from AmberPoint engineers: 1) integration with the tools supporting the GIG Infrastructure Services Management Center (GISMC) and 2) support for the Joint ESM specification. These capabilities need to be enhanced, supported, and operationalized, which requires the expert engineering knowledge only available from AmberPoint consulting engineers. The NCES PMO has incorporated the use of Amberpoint software into the NCES operational baseline since 2005. Since 2005, there has been substantial investment to integrate Amberpoint into the baseline. The software has unique features (such as mission thread management and Joint ESM support) that have been customized to meet NCES customer requirements. The Amberpoint software has already successfully passed years of stringent testing and accreditation. This unique qualification gives Amberpoint a distinct advantage. It's proven to work in the operational baseline. It is in the best interest of the Government to continue the maintenance and expansion of the existing Amberpoint software that NCES already owns and is deployed at various NCES development, integration/testing and operational environments. Failure to do so would cause unacceptable performance risks, additional costs, and schedule delays as outlined below. Any Other Supporting Facts: AmberPoint authorized resellers can fulfill the services needed. It is in the best interest of the Government to continue the maintenance and expansion of the existing software that NCES already owns and is deployed at various NCES development, integration/testing and operational environments. There are other software vendors that provide solutions somewhat comparable to AmberPoint, such as Actional. However, switching to a new product would invalidate the recently completed DOT&E and delay the Program at least 2 years. UNACCEPTABLE PERFORMANCE RISKS: Selecting an alternative software would have unpredictable impacts on system functionality and performance and would negate efforts performed to-date to integrate and secure previous releases. Future releases are incremental changes of existing capabilities that do not provide the opportunity to move to alternative choices. There are risks associated by purchasing another software program and trying to integrate it into the existing operational baseline. The existing software has been proven (e.g., tested and accredited) to work. This software has already been deployed throughout the baseline environments. By integrating a new, unproven software program into the operational baseline could lead to wide range of integration problems. Ultimately, a new software program would introduce additional integration complexity and interoperability risk to the program. It is absolutely critical to maintain a consistent architecture as has been defined by our risk management methodology. The integration of this software has already been approved by the PMO's time-intensive accreditation process. The NCES PMO has financially invested millions of dollars during the past few years in developing, testing, accrediting, and deploying the SOAF Architecture in which Amberpoint software is a key component. This software serves as an integral component of the SOAF operational system. Several applications and customer groups use this product in some way, shape, or form. Inserting a new software brand into the baseline architecture would have wide ranging impacts on the operational capabilities. Bottom line: It is too late in the SOAF lifecycle development process to integrate a new software brand. To do so would substantially jeopardize the PMO's ability to obtain the Final Operational Capability for NCES ESM. UNACCEPTABLE COSTS: The PMO already owns some AmberPoint software licenses. To purchase another replacement software would: •1. Waste the initial funds spent to purchase these licenses. •2. Add additional costs to buy new software to replace the previously bought software. This acquisition also includes the purchase of additional licenses. The failure to purchase the requested software will cause the government unacceptable additional costs and time to rework integration, testing, and security accreditation efforts to accommodate new vendors being added to our existing baselines. The sunk cost for securing the current architecture includes 2 years of development, integration, and testing worth $3.2 million. The program has extensive application software development contracts dependent upon this mature and long-standing environment. The program does not have the budget or resources to accommodate major shifts in the architecture or a larger variety of brands than what we currently utilize. It would also increase the costs (easily exceeding $3.2 million) and an increase in the number of support contracts to maintain a wider variety of software vendors. Based on PMO estimates, replacing an existing software program into the SOAF baseline would cause " at least " a 2 year delay to the program schedule. This delay would be required to halt production and operational capabilities to research/design the technical integration of the new software, uninstall old software, install new software, integrate, test, and accredit the software. These delays would have a collateral impact on other aspects of the programs as well. There would be a minimum of $3.2 million in additional engineering/management labor hours to reintegrate (e.g., design, install, test, accredit, etc) as well. The additional indirect/direct costs incurred by the program in labor hours alone would be dramatically higher than any possible cost savings offered by purchasing another software program. UNACCEPTABLE SCHEDULE DELAYS: By integrating a new, unproven software program into the operational baseline could lead to unanticipated integration problems which would add delays in the program's "time-sensitive" deployment schedule. Delaying the program's schedule could easily jeopardize the program's ability to reach the NCES Final Operational Capability for NCES ESM. If this were to happen, the program's future viability and the millions of dollars that have been invested in the program thus far could be jeopardized. The PMO has deployed past baseline releases that included the integration of this software. Upcoming planned baseline releases also include this software. Changing out the software with a different brand would delay the future releases and have a critical impact on operational capabilities. Quotes are due no later than 10:00 A.M. EST, Wednesday, 5 May 2010. Responses/offers shall be submitted electronically to Michael.Warwick@disa.mil. Quotes must be valid for thirty (30) days after due date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/DNEMC94155-AmberPoint/listing.html)
 
Record
SN02134192-W 20100430/100428234657-ad536d06430dbef0ecfc4e6d3fb022e5 (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.