Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
SOLICITATION NOTICE

70 -- SGT STAR IT SUPPORT SERVICES FOR USAAC, FORT KNOX, KY

Notice Date
7/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
MICC Center - Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D11TSTAR
 
Response Due
8/10/2011
 
Archive Date
10/9/2011
 
Point of Contact
Heather M. Underdonk, 502-624-5777
 
E-Mail Address
MICC Center - Fort Knox
(heather.underdonk@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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a written solicitation will not be issued. W9124D-11-T-STAR Star is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), FAR Part 13.5. The NAICS code is 541511. The small business size standard is $25,000,000.00. This acquisition is unrestricted. This procurement is for a firm fixed price contract. The resultant contract will have a one-year base period and two one-year option periods. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far. Scope of Contract: The contractor shall provide artificial intelligence (AI) software and support services for the Sergeant STAR (Strong, Trained And Ready) Program/SGT STAR on the GoArmy.com site for USAAC, Fort Knox, KY. SGT STAR serves as a tool for helping users navigate the GoArmy.com site by asking natural language question to receive a textual reply, as well as links to applicable web site content, videos and related discussion threads. The government owns a perpetual license for the ActiveAgent Product Suite, a Commercial Off-the-Shelf (COTS) software. For the current requirement, the contractor shall provide all information technology (IT) resources (software upgrades and support services) needed to continue the maintenance and further development of an interactive environment using the SGT Star AI Agent operating on the GoArmy.Com web-site. The contractor shall provide maintenance and enhancements both remotely and onsite. Remote connectivity shall be accomplished using Virtual Private Network (VPN) software. Required software updates/enhancements shall be compatible with the current government-owned software. The contractor shall ensure compatibility with current government operating systems and ensure the program is operating with the most current version of the COTS software. The contractor shall provide reports that include historical data of software usage upon government request. The government owns the following COTS software: Active Agent Suite (ActiveAgent, ActiveChat, ActiveReports, ActiveReview, and ActiveLab). Due to current licensing terms, the contractor providing required services shall be authorized by NextIT (manufacturer) to support the Active Agent Product Suite. ActiveAgent Product Suite uses Functional Presence Mark-up Language (FPML) and the structure of the language model contained within the FPML code which is proprietary to NextIT Company. Language content is not proprietary and remains the property of the government. The text responses provided on the GoArmy.com are essential to the enhancement and maintenance of cyber recruiting tools and the SGT STAR Program. The contractor shall perform work in accordance with the Performance Work Statement (PWS) attached hereto. PERIOD OF PERFORMANCE: This requirement is for a one-year base period with two one-year option periods. The period of performance start date may start as early as the first full business day following contract award. ALL LINE ITMES ARE FIRM FIXED PRICE. **CONTRACTOR SHALL PROVIDE THE FOLLOWING WITH ITS OFFER: 1. PRICING FOR THE BASE YEAR AND TWO ONE-YEAR OPTION PERIODS TO INCLUDE UNIT PRICE AND LINE ITEM TOTAL IN THE ATTACHED PRICING SCHEDULE. 2. WRITTEN DOCUMENTATION PROVIDING PROOF THAT THE OFFEROR IS THE MANUFACTURER OR AUTHORIZED RESELLER/DISTRIBUTER OF ACTIVE AGENT SUITE SOFTWARE. Items for Contractor Manpower Reporting should be priced in the offer if the offeror intends to charge for this reporting. If the offeror intends to perform this reporting at no charge, the offer should be marked with a zero or no charge. Any items for this reporting that are left blank or no charge is indicated will be considered to be offered at no charge. Software or required reports will be delivered FOB: Destination to: USAAC, Fort Knox, KY. The following provisions and clauses apply to this acquisition: 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.204-7 Central Contractor Registration ; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.209-6 Protecting the Government's interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-7 Information Regarding Responsibility Matters; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.217-5 Evaluation of Options; 52.27-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.222-22 Previous Contracts and Compliance Reports, 52.222-41 Service Contract Act of 1965, as Amended; 52.222-46 Evaluation of Compensation for Professional Employees; 52.228-5 Insurance- Work on a Government Installation; 52.233-2 Service of Protest; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.212-3 Alt I Offeror Representations and Certifications Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items (July 2010), the following apply: 52.203-6, 52.204-10, 52.219-4, 52.219-8, 52.219-9, 52.219-16, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.239-1, 52.222-41, 52.222-42, 52.222-43; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (JUN 2010), the following apply: 52.203-3, 252.203-7000, 252.205-7000, 252.219-7003, 252.225-7008, 252.225-7012, 252.226-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023; 252.201-7000 Contracting Officer's Representative; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 CCR; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with firms that are Owned or Controlled by the Government of a Terrorist Country; 252.212-7000 Offeror Representations and Certifications-Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items252.223-7006 Prohibition on storage and Disposal of Toxic and hazardous Materials; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports252.232-7010 Levies on Contract Payments, 252.246-7000 Material Inspection and Receiving Report. 5152.233-4000AMC-LEVEL PROTEST PROGRAM (NOV 2008) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 "Statement of Equivalent Rates for Federal Hires," incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," the following information is furnished: This statement is for information only. It is not a Wage Determination. Employee Class Monetary Wage -- Fringe Benefits Computer Programmer Software Specialist $32.97 --36.25% Clerk $10.95--36.25% WAGE DETERMINATION U.S. Department of Labor Wage Determination Number 2005-2223, Revision 12 dated 9/14/2010 is applicable to this contract and is included herein. Note: Additional wage determinations may apply based on the location(s) where the contractor intends to perform services. Applicable wage determinations will be included on any resultant contract. Offerors shall include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with its offer. This provision may be obtained at http://www.arnet.gov/far. CONTRACTOR MANPOWER REPORTING (CMR): Per Secretary of the Army direction, ensuring contractors report the required CMR data is the responsibility of the government official certifying payment, i.e. government representative. The government representative may be the COR, COTR, or the POC responsible for submission of receiving reports. The government representative and the contractor are both responsible for submission of data to the CMR database. The government representative shall report the basic contract information, inclusive of the following: Contract Number; Delivery Order Number (if applicable); Task Order number (if applicable); Unit Identification Code of the Activity Requiring the Services; Command; Total Obligated Dollars; Total Disbursements; Contact Information; Army Management Structure Code (AMSCO); Department Code; Operating Agency; Basic Symbol (BSYM); Fiscal Year Dollars; Element of Resource; Management Decision Execution Package (MDEP). The contractor shall report only the following data: Contract Number; Delivery Order Number (If applicable); Task Order Number (If applicable); Requiring Activity Unit Identification Code; Command; Contractor Contact Information; Federal Service Code; Direct Labor Hours; Direct Labor Dollars; Location Information. The contractor shall provide to the government representative (and the Contracting Officer if required) written certification (i.e. email or letter) that it has completed the CMR report. BASIS OF AWARD AND EVALUATION CRITERIA a. The government will make award to the responsible offeror whose offer is evaluated to be technically acceptable with the lowest evaluated price. Failure to submit an offer on all items will render the offer non-responsive. To be technically acceptable the offeror's proposal shall receive an acceptable rating for technical. b. Proposal Rating Guidelines. Proposal ratings reflect the government's confidence in each offeror's ability, as demonstrated in its proposal, to perform the requirements stated in the solicitation. Ratings will be determined subjectively by the evaluator and will be explained in narrative format for each element of evaluation criteria (technical and past performance). The following questions will be used by the government in rating the proposals: Technical : Is the offeror the manufacturer or authorized reseller/distributer of Active Agent Suite Software? The following ratings and descriptions will be used by the government in rating Mission Capability: Technical Acceptable/Unacceptable Ratings: RatingDescription AcceptableProposal clearly meets the minimum requirements of the solicitation. UnacceptableProposal does not clearly meet the minimum requirements of the solicitation. Questions concerning this combined synopsis/solicitation must be submitted in writing to Heather Underdonk via mail to MICC Center- Ft Knox, CCMI-RCK Bldg 1109B Ste 250, 199 6th Ave, Fort Knox, KY 40121-5720 or e-mail to heather.underdonk@us.army.mil. Questions must be submitted by 10:00a.m., Eastern Standard Time, Ft. Knox local time, 28July 2011. The government reserves the right to not answer questions received after the required aforementioned submission date and time. Offers should be submitted to Heather Underdonk via mail to MICC Center- Ft Knox, CCMI-RCK Bldg 1109B Ste 250, 199 6th Ave, Fort Knox, KY 40121-5720 or e-mail to heather.underdonk@us.army.mil. FAX offers will not be accepted. Offers are due 2:00p.m., Eastern Standard Time, Ft. Knox local time, 10 August 2011. Point of Contact Heather Underdonk, heather.underdonk@us.army.mil, 502-624-5777
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/067a3c02f3489010e729ae5f4e9cdcc1)
 
Place of Performance
Address: MICC Center - Fort Knox Building 1109B, STE 250, 199 6th Ave Fort Knox KY
Zip Code: 40121-5270
 
Record
SN02508407-W 20110724/110723013506-067a3c02f3489010e729ae5f4e9cdcc1 (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.