Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

70 -- Business Rule Engine Sotware License Upgrade - Brand Name Justification

Notice Date
7/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-11-Q-80090
 
Archive Date
10/12/2011
 
Point of Contact
Darcy J. Hubbard, Phone: 6174943816
 
E-Mail Address
Darcy.Hubbard@dot.gov
(Darcy.Hubbard@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Attached is the Sole Source Brand Name Justification for Inrule software upgrade from V3.2 to V4.0. This is a non-competitive combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Solicitation No. DTRT57-11-Q-80090 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP), FAR Part 13.5 and FAR Part 12. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-53, effective July 05, 2011. The NAICS Code is 423430 and the Small Business size standard is 100 employees. This sole source announcement constitutes the only solicitation. A written solicitation will not be issued. The Government intends to award a Firm Fixed-Price Purchase Order on a non-competitive basis to In Rule Technology, Inc. in Chicago, IL. The Volpe National Transportation Systems Center (Volpe Center) has a requirement to upgrade its existing Inrule software from V3.2 to V4.0 to manage a broader adoption of business rule technology. The Statement of Work (SOW) for Business Rule Engine Software is as follows (BEGIN): 1.0 Background The U.S. Department of Transportation (DOT)/Research and Innovative Technology Administration (RITA) Volpe National Transportation Systems Center (Volpe Center) is engaged in several inter-related applications software development projects in support of the Federal Aviation Administration's Office of Aviation Safety under its System for Aviation Safety Oversight (SASO) program. In support of these efforts, the Volpe Center needs to upgrade the Business Rule Engine (BRE) software from V3.2 to V4.0 into its SASO applications software a standard method for making and executing decisions supporting aviation safety decision-making. 2.0 Technical Requirements for BRE Software upgrade from V3.2 to V4.0 Perpetual License The contractor shall provide a software license upgrade from V3.2 to V4.0 which encompasses the BRE development, production, and disaster recovery environments that meets the following SASO requirements: • Integrated interoperability with the Microsoft.NET software platform • Ability to host the rule engine in multiple environments • Ability to host a subset of the rule authoring environment on any application from a website to a standalone application • Usable by both software developers, subject matter experts, and the user of the deployed application at various levels of functionality • Utilities provided as part of the product must identify incompatible rules and aid in the testing and development of rules which function as designed when implemented • Enables a central repository for all rules from development to deployment in order to support auditing and governance requirements • Provide the fastest possible rule evaluation and processing execution time. The BRE Software Perpetual License upgrade shall include all of the components delineated in Sections 2.1 through 2.4. 2.1 Perpetual Software Upgrade License BRE Rule Authoring The contractor shall provide BRE Perpetual License upgrade for Rule Authoring Software for four (4) named users. 2.2 Perpetual Software Upgrade License for BRE Software Development Kit The contractor shall provide a Perpetual License upgrade from V3.2 to V4.0 for a BRE Software Development Kit for three (3) named users. 2.3 Perpetual Software License BRE Software Upgrade Development Kit with Authoring The contractor shall provide a Software Perpetual License upgrade from V3.2 to V4.0 for a BRE Software Development Kit with Authoring for two (2) named users 2.4 Perpetual Software Upgrade License for BRE Execution Services The contractor shall provide a Software Upgrade Perpetual License upgrade from V3.2 to V4.0 for BRE Server Execution Services ≤8 (less than or equal to) central processing units. 3.0 Deliverables The Contractor shall allow the Volpe Center to download the In-Rule software V4.0 from their web site, deliver software license, and one year maintenance agreement. It shall be delivered to Volpe Center Project Manager, Edwin Tait, RTV-32, US DOT/Volpe Center, 55 Broadway, Cambridge, MA 02142, 617-494-4991, edwin.tait@dot.gov. It shall be delivered no later than five (5) days from receipt of order. 4.0 Period of Performance The purchase order shall be in effect from date of award for one year. Statement of Work - (END) Pricing: The Contract Line Items (CLINS) are as follows: CLIN 0001, Business Rule Engine Software License Upgrade from V3.2 to V4.0, Quantity 1 EA $__________________. CLIN 0002, Maintenance and Support, Quantity 12 months $_______________________. The signed offer must be submitted electronically via e-mail to Darcy.Hubbard@volpe.dot.gov. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Darcy Hubbard, RVP-32, 55 Broadway, Cambridge, MA 02142 no later than July 18, 2011. FAR 52.212-1, Instruction of Offerors-Commercial Items is hereby incorporated by reference; the Offeror must complete the Offeror Representations and Certifications required in FAR 52.219-1 by using the Online Representations and Certifications Application (ORCA) at the following website: http://orca.bpn.gov. The Offeror is reminded that as of January 1, 2005, it must provide Certifications and Representations online at least annually via ORCA. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.203-13, 52.219-6, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-15, 52.223-16, 52.223-18, 52.225-1 and 52.232-33. These references may be viewed at www.acquisition.gov/FAR. No telephone requests will be honored. When award is made a firm fixed-price purchase order is anticipated. The Government will not pay for any information received. ATTENTION: Small and Disadvantaged (SDB), Women-Owned and Disadvantaged Business Enterprises (DBEs). The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.. ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-11-Q-80090/listing.html)
 
Record
SN02496349-W 20110714/110712235218-780d100ff349f9fa50ee199d5807a30f (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.