Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SPECIAL NOTICE

D -- Software Support Maintenance

Notice Date
9/12/2011
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
W91QUZ11T0044
 
Archive Date
9/11/2012
 
Point of Contact
Haydee Soto-Carreras, 703-325-2818
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(haydee.sotocarreras@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command, National Capital Region (ACC-NCR) at Hoffman II, on behalf of The Department of Army Information Technology Agency, Data Center (ITA-DC), intends to procure required Annual Software Support maintenance. and Access code, update version of software for ADSync Integration for Remedy, ADSync Annual Support Agreement, CAC Integration for Remedy - Standard Mid Tier Client, BSM Dashboard Client, Analytics Client and CAC Integration Annual Support Agreement - Yearly using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 11:40AM, September 12, 2011, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 511210 with a size standard of 25.M are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the PWS questions. Capability packages must not exceed ten (10) pages and must be submitted electronically. All contractor questions must be submitted no later than 10:00 AM (EST), 12 September 2011. Small business concerns are to outline their experiences in the following The Contractor shall provide software licenses, maintenance releases, and new software releases of Annual Software Support maintenance. and Access code, update version of software for ADSync Integration for Remedy, ADSync Annual Support Agreement, CAC Integration for Remedy - Standard Mid Tier Client, BSM Dashboard Client, Analytics Client and CAC Integration Annual Support Agreement - Yearly. Licensing of software shall consist of software maintenance, to include new software releases, problem resolution services, and correction of software errors identified by the Government in the use of the software. 1."Software maintenance" releases are scheduled by the vendor to correct known software problems, eliminate deficiencies, which have been identified, or otherwise improve the operational performance and effectiveness of the original software product. 2."Problem resolution services" refers to a customer service "hot line' whereby the vendor provides telephonic technical support to users of tis software products, in the exploration identification, and correction of problems associate with the sue of the software. 3."Correction of software errors" refers to the vendor providing replacement software code, either through scheduled maintenance releases or one-time emergency releases, for sections of current code, which have been determined to contain errors. Software maintenance may occur at either the Contractor's site or at the Pentagon depending on the nature of the problem and the security considerations. In such cases when the security of the system prevents sending "dump" information out of the Information Technology Agency, the Contractor would be required to perform maintenance on-site. 4.The following questions must be answered and elaborated on as part of the package: a.CAC: i. Can your solution perform Cross Domain Authentication? ii. Does your solution require any additional Servers? iii. Is your solution affected by System Patching or upgrades? b. ADSync: i. Can your tool connect to multiple and varying types of data sources? ii. How easy is your tool to install? 5. Areas or tasks where a contractor does not have prior experience should be annotated as such. To assist us in maintaining a list of interest small business concerns for this procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to Haydee Soto-Carreras, Contract Specialist, for this procurement. A/AN Firm Fixed Price Purchase Order is anticipated. The anticipate period of performance will be one base year, and two (2) one-year options periods. The place of performance will be the Department of Army Information Technology Agency, Data Center (ITA-DC), 6607 Army Pentagon, BF849D Washington, DC 20310. A written Request for Proposal (RFP) will be posted on or about 15 September 2011. The RFP must be retrieved and downloaded from the Government Point of Entry, Federal Business Opportunities website www.fedbizopps.gov. No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. "Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Ms. Haydee Soto-Carreras, at haydee.sotocarreras@conus.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e2aeb03773b5c4032213cc9ba3fcddf1)
 
Record
SN02572986-W 20110914/110913000520-e2aeb03773b5c4032213cc9ba3fcddf1 (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.