Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2010 FBO #3232
SOLICITATION NOTICE

D -- HummingBird Document Management Maintenance Software

Notice Date
9/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-10-T-0042
 
Response Due
9/30/2010
 
Archive Date
11/29/2010
 
Point of Contact
Undra Robinson, 7033254217
 
E-Mail Address
ITEC4, NCR PARC (NCR-CC)
(undra.robinsonii@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. (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; quotations are being requested and a written solicitation will not be issued. (2) The solicitation document is issued as a Request-for-Quotation (RFQ). Submit written quotations on RFQ number W91QUZ-10-T-0042. (3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. (4) The North American Industry Classification System (NAICS) code is 511210 and the size standard is $25 million. (5) This combined synopsis/solicitation is for procurement of the following: ItemDescriptionItem NumberQuantity 1Lic KM ClientS-KMOOO034101E10 2Lic KM RDMS ActivatorS-KMOOO026101E10 3Lic DM Imaging ClientS-DMOOO955101E20 4Lic docs for SharePointS-DMOOO328101E295 5Lic DM ClientS-DMOOO934101E3200 Contractors shall provide the unit price for the requirements listed below: ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0001 HummingBird Document 1 Lot 0.00 0.00 Management and eDOCS Software Maintenance (6) Statement of Work (SOW): 1.0 Overview The Information Technology Agency (ITA) provides all information management support internal to HQDA and its assigned agencies and activities that constitute the Headquarters, Major Army Command (MACOM) so as to ensure the timely, effective, and efficient delivery of information mission area support to the HQDA customers. Therefore, ITA is required to have maintenance for the HummingBird Document Management software on a yearly basis. HummingBird Document Management is an HQDA Enterprise solution for a consolidated document repository providing document search capabilities and document version control. Documents may be electronically scanned into the repository, metadata applied, and converted to PDF format with full-text search capability. Application users access the repository through either a desktop client or a web interface. Integration with MS Office Professional simplifies the process of adding, viewing, and modifying documents within the repository. A robust application security model insures document access is granted to authorized users only. HummingBird provides a set of Application Product Interface (API) capabilities allowing custom Government Off The Shelf (GOTS) applications to integrate with the repository, as is the case with the HQDA Tracking System, and the OAA BioBook and SIGR websites. Several HQDA agencies have scanned thousands of historical paper documents into the repository, creating electronic digitized records that are easily searchable and locatable. 2.0 Software Requirements ItemDescriptionItem NumberQuantity 1Lic KM ClientS-KMOOO034101E10 2Lic KM RDMS ActivatorS-KMOOO026101E10 3Lic DM Imaging ClientS-DMOOO955101E20 4Lic docs for SharePointS-DMOOO328101E295 5Lic DM ClientS-DMOOO934101E3200 3.0 Support Provisions The HummingBird software maintenance shall provide for the following Helpdesk, website, and telephonic support. 3.1 Provide maintenance coverage support of the HummingBird Document Management and eDOCS products M F 0600 1800 via telephone, downloads, web, shipping, or e-mail. 3.2 Provide access to software product updates, enhancement, maintenance releases, modifications, patches and fixes via telephone, downloads, web, shipping, or e-mail. 3.3 Provide access to documentation associated with all forms of product updates via telephone, downloads, web, shipping, e-mail. 3.4 Provide 24/7 online access to the Support Site/Knowledge Center. 3.5 Provide enhancement request process via telephone, downloads, shipping, or e-mail. 3.6 Provide license keys of procured date rights. 3.7 Provide e-mail notification of critical software updates, enhancements, and releases, which will come directly from HummingBird. 3.8 Provide reports, upon request, to assist in troubleshooting efforts. This may include running reports on data migration issues, checking driver compatibility, and disk drive space availability, via telephone, downloads, shipping, or e-mail. 4.0 Date of Delivery NTE 30 days after award. Support Provisions will remain in place from date of award through September 29, 2011. 5.0 POC/Delivery Location All deliverables shall be delivered to: Angela Vines-Crosson Information Technology Agency Taylor Building, Room 9190 2530 Crystal Drive Arlington, VA 22202 703-602-01067 Angela.vinescrosson@conus.army.mil The U.S. Government will inspect deliverables at time of delivery. 6.0 Invoice In accordance with DFARS 252.232-7003, Electronic Submission of Payment Request, please submit all invoices using the Wide Area Work Flow (WAWF) online database system. To become a registered user, go to https://wawf.eb.mil. Additionally, training for WAWF may be obtained by visiting http://wawftrainin.com. 7.0 Administrative Points of Contact Contracting Officer: Mr. Tommie McCloud National Capital Region Contracting Center (NCRCC) 2461 Eisenhower Ave., Room 920 Alexandria, VA 22331 Voice: (703)-325-3037 Tommie.mccloud@us.army.mil Contracting Officers Representative: Willie Murphy, Jr. ITA-BSS-AS 1777 North Kent Street Rosslyn, VA 22202 703-588-8752 Willie.murphyjr@us.army.mil (7) Clauses: 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-3 Offeror Representations and Certification--Commercial Items AUG 2009 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.216-24 Limitation Of Government Liability APR 1984 52.216-25 Contract Definitization OCT 1997 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate). _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (21) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). _X_ (30)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). _X_ (31) 52.225-1, Buy American Act--Supplies (JUNE 2003) (41 U.S.C. 10a-10d). _X_ (34) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (42) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 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). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 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). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) Reserved. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) (8) Basis of Award: Lowest Price Technically Acceptable (9) The Government intends to award a Firm-Fixed-Price (FFP) contract resulting from this combined synopsis/solicitation. (10)The combined synopsis/solicitation closing date and time are as follow: September 30, 2010; 12:00 PM E.S.T. Quotes shall be submitted to Cheryl Byrd, Contract Specialist, via cheryl.byrd@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9cffe05f91e303f432ce39802ad0e336)
 
Place of Performance
Address: Information Technology Agency Taylor Building, Room 9190, 2530 Crystal Drive Arlington VA
Zip Code: 22202
 
Record
SN02298888-W 20100930/100928234435-9cffe05f91e303f432ce39802ad0e336 (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.