Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2011 FBO #3442
SOLICITATION NOTICE

99 -- Purchase of the TopVue Contracts Life Cycle Management Tool

Notice Date
4/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
AMCOM Contracting Center - Air (AMCOM-CC), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ11Q0175
 
Response Due
5/6/2011
 
Archive Date
7/5/2011
 
Point of Contact
Katherine Pettey, (256)313-4595
 
E-Mail Address
AMCOM Contracting Center - Air (AMCOM-CC)
(katherine.pettey@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. The combined synopsis/solicitation is issued as a sole source Request for Proposal (RFP) under solicitation number W58RGZ-11-Q-0175. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38 effective 01 February 2010 and Defense Federal Acquisition Regulation Supplement (DFARS) Document Change Notice (DCN) current to 20100305. This procurement is being conducted pursuant to FAR 6.302-1 for other than full and open competition to TopVue Defense, Inc., 1436 Legend Hills Drive, Suite 300, Clearfield, UT 84015. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 511210 with an associated small business size standard of 500 employees. New equipment ONLY, NO remanufactured products, and no "grey market". Offerors must be registered in Central Contractor Registration (CCR). Only qualified offerors may submit quotes. This acquisition is firm-fixed-price. The Product Directorate for Aviation Networks and Mission Planning (PD ANMP) team requires an integrated and comprehensive CDRL management, CM/DM, Systems Engineering, Logistics, and Fleet Management tool for managing life cycle documentation for IDM products. This will be procured as a lot, which will include 5 concurrent user licenses, all associated installation, implementation and training. The authority permitting other than full and open competition is 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1 entitled "Only One or a Limited Number of Responsible Source and No Other Type Supplies or Services Will Satisfy Agency Requirements." The proposed acquisition requires the use of the authority cited based on the following: a.) Available products have been researched, and a comparison based on required and desired capabilities has identified a COTS automation tool, TopVue, as the only viable solution to meet the integrated requirements for the team. TopVue is ready-built with the following purchasable modules: CDRLvue, CMvue, PMvue, Riskvue, and ILSvue (including IUID and item tracking). The tool follows Systems Engineering guidance per IEEE 1212-2005. Meeting IA mandatory requirements, TopVue has a Certificate of Networthiness, and has been implemented in other PEO Aviation organizations at Redstone. b.) The TopVue system is a COTS package with an IA Certificate of Networthiness, and is currently in place for Cargo and Blackhawk on the PEO servers. The CDRL data within ANMP-IDM on the MIS system is easily migrated to the TopVue system making it 100% compatible with the current computer system architecture in use within PEO Aviation. Limited regression may occur with the new system. The cost to test and procure similar systems and time required to receive a CoN from alternate vendors would be well beyond the savings the Government would realize if this procurement was opened to full and open completion. c.) The TopVue procurement includes licenses, administrator and user training. Based on the above rationale, the determination has been made that there are no other sources capable of providing the equipment referenced above. Packaging will be standard commercial packaging. Delivery will be 30 days after contract award. Inspection, acceptance, and FOB will be Origin. Provisions and clauses applicable to this acquisition are as follows: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications- Commercial Items, FAR 52.212-4 Contract Terms and Conditions- Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (applicable clauses are: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-33), DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, and DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Proposals shall include a copy of the provision at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items or certification that these have been completed online via Online Representations and Certifications Application (ORCA) at http://www.bpn.gov. The offeror's proposal must be signed, dated, and delivered, submitted electronically, or mailed to the following office no later than 4:30 p.m. (Central) on 06 May 2011: Army Contracting Command - Redstone, ATTN: CCAM-AR-C, Katherine Pettey, Contract Specialist, Building 5309, Room 9237, Redstone Arsenal, Alabama 35898, Fax number: 256-876-3297, or Email address: katherine.pettey@us.army.mil. No telephone requests will be accepted. See Note 22.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/213ca93c77f762c88faae56b956539d3)
 
Place of Performance
Address: Army Contracting Command-Redstone ATTN: CCAM-AR-C, Building 5309, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02433806-W 20110428/110426234936-213ca93c77f762c88faae56b956539d3 (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.