Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
SOLICITATION NOTICE

70 -- Share Vis Software Maintenance

Notice Date
7/8/2011
 
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
F2VUFM1180A001
 
Archive Date
8/5/2011
 
Point of Contact
Melissa A Robertson, Phone: 813-828-6570, Alyson Gowin, Phone: 813-828-1872
 
E-Mail Address
melissa.robertson.3@us.af.mil, alyson.gowin@macdill.af.mil
(melissa.robertson.3@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 F2VUFM1180A001. This acquisition is unrestricted. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Share Vis Software Maintenance in the Tampa, FL area for SOCOM. DESCRIPTION OF REQUIREMENT CLIN 0001 - Base Year, Share Vis quad server maintenance; POP: 2 October 2011 to 1 October 2012 CLIN 0002 - Base Year, Share Vis WFE Server Maintenance; POP: 2 October 2011 to 1 October 2012 CLIN 1001 - Option Year 1, Share Vis quad server maintenance; POP: 2 October 2012 to 1 October 2013 CLIN 1002 - Option Year 1, Share Vis WFE Server Maintenance; POP: 2 October 2012 to 1 October 2013 CLIN 2001 - Option Year 2, Share Vis quad server maintenance; POP: 2 October 2013 to 1 October 2014 CLIN 2002 - Option Year 2, Share Vis WFE Server Maintenance; POP: 2 October 2013 to 1 October 2014 CLIN 3001 - Option Year 3, Share Vis quad server maintenance; POP: 2 October 2014 to 1 October 2015 CLIN 3002 - Option Year 3, Share Vis WFE Server Maintenance; POP: 2 October 2014 to 1 October 2015 CLIN 4001 - Option Year 4, Share Vis quad server maintenance; POP: 2 October 2015 to 1 October 2016 CLIN 4002 - Option Year 4, Share Vis WFE Server Maintenance; POP: 2 October 2015 to 1 October 2016 Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Funds are not currently available for this contract. Funding won't be available until 1 Oct 2011 due to this requirement utilizing FY12 funds. 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. OR EQUAL MAINTENANCE SHOULD INCLUDE UNLIMITED UPGRADES, ERROR OF BUG REPORTING SUPPORT. UNLIMITED UPGRADES TO BOTH MAJOR AND MINOR RELEASES, ON CALL AND EMAIL SUPPORT, ACCESS TO SHAREVIS KNOWLEDGE BASE WITH EXAMPLES, SAMPLE CODE AND BUSINESS CASE FILES. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. We require Share Vis quad server maintenance, Share Vis WFE Server Maintenance, and technical support. ShareVis' context-sensitive, SharePoint-based Business Process Management solutions provide out-of-the-box Document Control and Web-based Form Automation. Built from the ground up for the Microsoft SharePoint environment, ShareVis integrates seamlessly with Microsoft SharePoint, enabling companies to implement and enforce their processes. ShareVis solutions add value to the base SharePoint product without changing the use model or nature of the underlying environment. Proposed solution for USSOCOM must have to following abilities/ features: - Runs on top of existing SharePoint environment - Extends Infopath and SharePoint workflow capabilities - Enhances Infopath by allowing connection from Infopath directly to Oracle databases - Allows users to see different versions of the form depending on their role - Allows approval/ rejection through email (Does not require opening a Sharepoint page) - Generate PDF versions of forms and store them off in doc library once process complete - Allows Bulk Approvals of Workflows - Enhances InfoPath to allow much more validation of the data entered into a form - Made in USA The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 5 July 2011, DFAR DPN 20110629 effective 29 June 2011 and AFFAR AFAC 2011-0421 effective 21 April 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 Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. (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: This software is to be procured on behalf United States Special Operations Command (USSOCOM), 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 52.211-6, Brand Name or Equal on RFQ; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.232-18 Availablity of Funds; 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 52.209-6 Protecting the Government's Interest; FAR 52.219-6 Notice of Total Small Business Set-Aside, 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 Contractor Policy to Ban 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 52.217-8 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); FAR 52.252-2 Clauses Incorporated by Reference;. 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; 252.204-7004 (Alt 1) Required Central Contractor Registration; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications. 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 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 21 July 2011 by 9:00 AM EST. Submit offers or any questions to the attention of Melissa Robertson 6 CONS/LGCB by email to melissa.robertson.3@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUFM1180A001/listing.html)
 
Place of Performance
Address: US SOCOM, MacDill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02493992-W 20110710/110708235405-c1652e4c20ef035f0ea7cfc1a10c4221 (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.