Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
MODIFICATION

99 -- Amendment #0001- Extension of proposal due date for search software add-on for Sharepoint Enterprise Software.

Notice Date
8/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
USAR Contracting Center - West (POM), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
 
ZIP Code
93955
 
Solicitation Number
W62KP400650001
 
Response Due
8/13/2010
 
Archive Date
10/12/2010
 
Point of Contact
Todd Bales, 831-242-4078
 
E-Mail Address
USAR Contracting Center - West (POM)
(todd.s.bales@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment #0001 Purpose: To extend the proposal due date All proposals are due on or before 13 August at 3:00 p.m. (PDT). (end of amendment #0001) MICC USAR DOC-West intends to solicit and award a firm-fixed price contract for licenses and support and maintenance for search software which will be used with Sharepoint Enterprise software. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, As supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is W62KP400650001. All quotes are due on or before 10 August at 3:00 p.m. (PDT). The North American Industry Classification System (NAICS) code for this acquisition is 511210 with a size standard of $25.0 million. THIS IS A SMALL BUSINESS SET ASIDE. Please identify your business size in your response based upon this standard. Background The Defense Language Institute, Foreign Language Center (DLIFLC) purchased, installed, deployed, and implemented its own instance of Microsoft SharePoint beginning in late FY 2007. By mid-FY 2008, the development and pilot phases were complete, and full availability to users was in place by the beginning of FY 2009. As the DLIFLCs SharePoint user community became better acquainted with the functional capabilities and incumbent benefits of this collaboration platform, it became clear that users would benefit greatly from the addition of certain enhancements to SharePoints organic feature set. One of the primary features that needed serious consideration for upgrade was the Search feature. CLIN Structure CLINDescriptionQtyUnitUnit PriceTotal Cost 0001Server License3Ea 0002User License4,000Ea 0003Support & Maintenance1Year SALIENT FEATURES LIST: 1.Wildcard: The desired product will have the ability to accommodate Wildcard search criteria. 2.Extension: The desired product will be an extension of SharePoints search engine, not a replacement of it. 3.Interactive Refinement: The desired product will provide an easy-to-use interface that allows immediate capability to refine search results to narrow the search and present more relevant results. 4.Cumulative Action Relevance: The desired product will be designed to improve the relevance and ranking of search results based on accumulated memory of previous searches and user actions taken on similar keywords and results. 5.Preview: The desired product will provide the ability to see relevant portions of result documents to aid in user determination of relevance without having to download and/or open each document. 6.Immediate Disposition: The desired product will provide the ability for users to take action on documents from the results list (e.g., save to folder, make a copy, send by email, etc) without having to download and/or open the document. 7.Keyword Assist: The desired product will provide real-time references to possible terms based on searches conducted previously. 8.Concept-based Refinement: The desired product will provide suggestions for search refinement based on concepts common to items in current search results. 9.Weighted Rank: The desired product will display search results according to how often resulting documents have been returned in previous search queries and also according to previous users dispositions of returned documents. 10.Instant Metadata: The desired product will immediately create a new metadata tag for the resulting documents based on terms used in the current search. 11.Search Term Highlighting: The desired product will highlight all instances of the search terms in resulting documents. 12.Per Document Search: The desired product will allow users to refine their search internal to any given document in the search list. 13.Content Creation: The desired product will allow users to cut and paste directly from a document in the search results to a new document being composed in a separate window, which can then be saved as MS Office document. 14.Profile-based Refinement: The desired product will allow users to pre-set profile options that can directly affect the results of all of their searches in advance. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. 52.252-2 Clauses Incorporated by Reference; (FEB 98), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions (JAN 99); Provide specific feature listings with proposal); provide quote using CLIN structure shown above, 52.212-2, Evaluation-Commercial Items; (JAN 05) LPTA. Items must meet or exceed Salient Features to be considered Technically Acceptable., 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers or indicate current information contained on ORCA system; 52.212-4 Contract Terms and Conditions- Commercial Items; (OCT 03), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: "52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). "52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). "52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). "52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). "52.222-3, Convict Labor (June 2003) (E.O. 11755). "52.222-19, Child LaborCooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). "52.222-21, Prohibition of Segregated Facilities (Feb 1999). "52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). "52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). "52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). "52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003) (31 U.S.C. 3332). 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (JUN 05), "52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). "252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). "252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582). Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All quotes will be evaluated using LPTA (Lowest Price Technically Acceptable). All quotes are due on or before 10 August at 3:00 p.m. (PDT). The quote is at the discretion of the offeror. Send all packages to Todd Bales, Contract Specialist at todd.s.bales@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/706b80d43b70caedb7fcea9ab1b3214e)
 
Place of Performance
Address: W1EC USA ELM HQ DLI 289 Fort Mervine Place, Bldg 235 Presidio of Monterey CA
Zip Code: 93944-5006
 
Record
SN02235763-W 20100812/100811000238-706b80d43b70caedb7fcea9ab1b3214e (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.