Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
SOLICITATION NOTICE

70 -- USSOCOM CCH TEAMMATE software license (10ea) or equal and maintenance/support

Notice Date
3/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VU1G1025A001
 
Archive Date
4/30/2011
 
Point of Contact
Thomas M. Armstead, Phone: 8138280280, Alyson Gowin, Phone: 813-828-1872
 
E-Mail Address
thomas.armstead@us.af.mil, alyson.gowin@macdill.af.mil
(thomas.armstead@us.af.mil, alyson.gowin@macdill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial product 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number is F2VU1G1025A001. This acquisition is set aside for 100% small business competition. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Purchase 10 each CCH TEAMMATE Audit Management Software licenses or equal. DESCRIPTION OF REQUIREMENT CLIN 0001 - All software licenses (10 ea.) to meet all the listed capabilities. POP is 1 May 2011 to 30 April 2012. CLIN 0002 - Required training, to include a training schedule for on-site, off-site, and virtual training for employees. POP is 1 May 2011 to 30 April 2012. CLIN 0003 - All costs required for installation, testing, certification and accreditation, in order to meet operational readiness requirements. POP is 1 May 2011 to 30 April 2012. CLIN 0004 - Provide maintenance and support of software to include any upgrades; provide 24/7 customer service. POP is 1 May 2011 to 30 April 2012. CLIN 1001 - Provide maintenance and support of software to include any upgrades; provide 24/7 customer service. POP is 1 May 2012 to 30 April 2013. CLIN 2001 - Provide maintenance and support of software to include any upgrades; provide 24/7 customer service with. POP is 1 May 2013 to 30 April 2014. CLIN 3001 - Provide maintenance and support of software to include any upgrades; provide 24/7 customer service. POP is 1 May 2014 to 30 April 2015. CLIN 4001 - Provide maintenance and support of software to include any upgrades; provide 24/7 customer service. POP is 1 May 2015 to 30 April 2016. *Please Note: We are asking for a Base plus four (4) option years. If your company cannot meet this requirement, please provide as many option years as you company will allow. Please provide a BRAND NAME OR EQUAL quote. If an or equal quote is submitted, the proposal will be sent to the technical advisor for compatibility verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHOULD DESCRIBE THOROUGHLY HOW THEIR PRODUCT MEETS ALL THE CHARACTERISTICS LISTED BELOW. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. Attached is a description of the requirement and license necessary. The USSOCOM SOIG-Audit Branch requires automated working paper software. The software enables auditors to spend less time documenting and reviewing and more time providing valued audit services. CCH TEAMMATE streamlines the planning process and automates working paper preparation, review, report generation, and audit issue management. Without this service, USSOCOM SOIG-Audit Branch will not be able to effectively audit mandatory documentation requirements. Proposed solution for USSOCOM must: • Be able to communicate effectively with existing CCH TEAMMATE software suite currently in use • Meet the standards of DODI 8500.2, Information Assurance (IA) Implementation. • Be interoperable with USSOCOM's current enterprise network solutions. • Provide audit log configuration and integration of auditing files from applications, operating systems and network logs. • Include software maintenance support to remediate and/or fix any deficiency releases needed to eliminate minor problems occurring after a major release; includes all system and security patches as well as required fixes needed to maintain security compliance with DoD standards. • Provide on-call support to assist in recovery and management of data, files and services. • Provide technical support to assigned personnel to ensure the continued operations with no lapse in current capability. • Be delivered not later than 1 May 2011. PLEASE NOTE: Contractor must be able to meet all specified requirements. Proposal should thoroughly describe how you will meet all the needs to this requirement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48 effective 31 January 2011, DFAR DPN 20110311 effective 11 March 2011 and AFFAR AFAC 2011-0214 effective 14 February 2011. The North American Industry Classification System code (NAICS) 511210 Software Publishers. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the offeror that is determined to be technically acceptable and in the best interest of the Government. 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement and all characteristics in the attachment (ii) price; (iii) past performance (see FAR 15.304); Offeror shall submit 3 references Technical and past performance, when combined, is approximately equal to price when being evaluated. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) DELIVERY ADDRESS: The software is to be procured on behalf United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.209-6 Protecting the Government's Interest; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.217-5 Evaluation of Options; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10 Reports on Subcontracting; FAR 52.219-28, Small Business Representations; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.217-8 Option to Extend Services (fill-in = 30 days); FAR 52.217-9 Option to Extend the Term of the Contract (fill-ins = 60 days, 30 days respectively). The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control of Government Personnel Work Product; 252.243-7001, Pricing of Contract Modifications; 252.204-7004 (Alt 1), Required Central Contractor Registration; 252.232-7010, Levies on Contract Payments. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7036 Buy American Act, Free Trade Agreements, Balance of Payment Programs; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Alt III, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 15 April 2011 by 9:00 AM EST. Submit offers or any questions to the attention of Thomas Armstead 6CONS/LGCB by email to thomas.armstead@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VU1G1025A001/listing.html)
 
Place of Performance
Address: Macdill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02402681-W 20110318/110316235049-385090671553a907a13947b5d37affad (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.