Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2010 FBO #3093
MODIFICATION

D -- Web-to-ePrint Software Solution

Notice Date
5/12/2010
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DES Contracting Services Office Philadelphia, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SP470110R0003
 
Archive Date
5/28/2010
 
Point of Contact
Rosetta M. Jackson, Phone: 215-737-2200, Rosetta M. Jackson, Phone: 215-737-2200
 
E-Mail Address
rosetta.jackson@dla.mil, rosetta.jackson@dla.mil
(rosetta.jackson@dla.mil, rosetta.jackson@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Description This procurement is being solicited as unrestricted under the Federal Acquisition Regulations (FAR) subpart 13.5 Test Program for Certain Commercial Items. Solicitation SP4701-10-R-0003 is designed to place a service contract for a fully competitive Commercial Off The Shelf (COTS) product under a long term contract for service. Offerors are encouraged to provide a proposal based on the Performance Work Statement (PWS) and the criteria’s set forth within this solicitation. The contract will be for a one-year base period, with four one-year options. Acceptance of the four one-year option provision is mandatory and failure to accept the provision will result in an offer being eliminated from consideration. This prospective initiative will encompass a next-generation, web-based order management and print workflow solution. The delivery model that best fits DAPS needs is licensed software. Commercial-Off-The-Shelf (COTS) is the preferred products. This solution gives ownership and operation of the solution to the Government. Common industry terminologies used to describe similar systems are print e-business and web to print. The goal is to obtain information from vendors who can provide DAPS with innovative, cost-effective, reliable, state-of-the-art solutions and industry capabilities that would fulfill its requirements which are currently being satisfied by the existing solution called DAPS On-Line. DOL is a homegrown application developed using IT services offered through government contracts. A detailed functional, workflow and architectural description of DAPS Online solutions is explained later in this paragraph. DAPS Online is in the sustainment phase of its program life cycle. Due to the spiral development method used for DOL, the baseline code and tables are a decade old. Further enhancements or improvements to this application increase risk of reduced performance and system stability. Therefore, the Government is seeking your knowledge to provide a more efficient and effective product methodology to use for the DOL system. We are seeking all solutions provided under this new technology refresh and will need to deliver the same functionality as the current DOL system with additional enhancements. In addition to AS-IS functionality, the solution delivered under this requirement must meet all the required functionality and respond to the desired functionality. The AS-IS, required requirements and desired requirements are explained as follows: The Contractor shall deliver a system that can perform all the functionality such as: Desired, is not mandatory but if provided as part of the COTS product should be highlighted in vendors’ proposal. Any functionality or features not described in DAPS requirement but provided as part of the COTS product(s) should be described. DAPS Online is the primary online tool for customers to access DAPS services. This tool was home-grown and has evolved over the past 11 years. Home-grown is used to describe a system that was developed using a Government contractor based on government requirements. Its origin as a client/server was migrated to a web application in 1988 as internet use became common place. The original tool intent was to provide a means by which customer’s anywhere can submit their print documents electronically to a DAPS facility anywhere. Additional functionality was added as usage increased and dependency on the system grew. The DAPS Online business model changed and expanded into new business areas. The simple job submission tool now offers new services to customers such as “soft proofing” while expanding in house utilization by offering workflow for the production plant, and it supplements our financial system with job level Management Information System reports and data. DAPS Online is a web-based, e-commerce print solution consisting of a customer order, accounting, plant workflow and reports/management modules. The architecture is a single server comprised of the Operating System, web service application, and database and Java application. Each regional DAPS Office (10 regional office) maintains their own DOL server. Therefore, the enterprise configuration includes 11 independent web servers located at the following DAPS regional office sites: Pearl Harbor, HI; Jacksonville, FL; Norfolk, VA; Philadelphia, PA; Oklahoma City, OK; San Diego, CA; Great Lakes, IL; Pensacola, FL; Bangor, WA; and Wiesbaden, Germany. Each of these servers supports 3,000 to 4,000 customers within their geographical area. Each server supports 12-20 subordinate print plants that access the submitted orders through their PC internet browser (Microsoft Internet Explorer (IE) 6.0 and higher). The following web site provides details on each regional office and the facilities they manage: http://www.daps.dla.mil/Contact/RegionalOffices.aspx. DOL is built on Microsoft Windows 2000/2003 Advanced Server, Apache/Tomcat, MS (Structured Query Language) SQL and Java technology. The solution is a single server configuration; therefore the SQL database and web application reside on the same server. All the DOL servers reside on the DLA enterprise network (ETN), inside the Non-classified Internet Protocol Router Network (NIPRnet). Customers and DAPS Plant users access their DOL server from various network environments. DOL customers are from the.gov,.mil, and.com environments. Each contract entered into under this prospective program will include maintenance requirements. We anticipate the use of Electronic Commerce. The contract will be evaluated for past performance individually and awarded on an all or none basis using best value procedures. Under “Best Value Procedures”, the Government will take into consideration terms and conditions when selecting a contractor, and will then perform a technical and price tradeoff evaluation to determine which offer represents the “best value” to the Government. For this solicitation technical is significantly more important than price. How to Attend DAPs Pre-Proposal Conference: All prospective Offerors are invited to attend DAP’s pre-proposal conference, which will be held on Wednesday, May 26, 2010 @ 10:00 A.M. Address:DAPS HQ Bldg 09 5450 Carlisle Pike Mechanicsburg, Pa. 17055 1. Please allow sufficient time for parking and building access. Advise this office in writing at least 7 working days prior to the conference if you have special needs (i.e., physical disabilities) that DAPS may be able to provide assistance on during the conference. Please phone or email Rosetta Jackson at (215) 737-2200, or rosetta.jackson@dla.mil to confirm your attendance to the pre proposal conference. Attendance to this conference is not mandatory but strongly encouraged. 2.Prospective Offerors are responsible for arranging for and paying for their own travel, lodging, meals, and all other expenses incurred in conjunction with attendance at this conference and any subsequent building visit. 3.No prospective Offerors shall be given preferential treatment as a result of their attendance or failure to attend the conference. 4.Offerors should provide written confirmation of their intention to attend the conference no later than 7 business days prior to the event. 5.Should the above conference be rescheduled, an amendment will be posted at www.fedbizopps.gov. Only those prospective Offerors who provided a written confirmation will be notified directly. DSCO-P shall NOT be responsible for any costs incurred by prospective Offerors as a result of rescheduling the conference. For additional information, please contact Rosetta Jackson, DCSO-P @ 215-737-2200 or email a request to Rosetta.Jackson@dla.mil. NOTE: Copies of this solicitation can be found on the FEDBIZOPPS website after SOLICITATION OPENING DATE tentatively issued on or about 5/17/2010 with Receipt of Proposal closing date on or about 6/28/2010 at https://www.fbo.gov. Then search by the Request for Proposal (RFP) # (SP4701-10R-0003) to download. RFPs are in portable document format. (PDF). The COTS Software Licenses will be used by DAPS to replace their current E-Print solutions. These requirements can be viewed in the solicitation and its attachments, located on the FEBBIZOPPS website after the solicitation opening date. No hard copies of solicitation are available. Offers will be evaluated for past performance/experience, and a 90-Minute Demo presentation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-PB/SP470110R0003/listing.html)
 
Place of Performance
Address: Jacksonville, Florida, United States
 
Record
SN02147772-W 20100514/100512235156-b4b2546cd33d459eb64c6cbefe5f71e9 (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.