Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2011 FBO #3674
SOLICITATION NOTICE

70 -- Digital Asset Management System - Software Statement of Requirements

Notice Date
12/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-12-T-0003
 
Point of Contact
C Scott Phelps, Phone: 9104326145
 
E-Mail Address
conway-phelps@soc.mil
(conway-phelps@soc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Software Statement of Requirements This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed 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 Solicitation Number H92239-12-T-0003 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-54. This procurement is being issued as a 100% Small Business Concern. The associated North American Industrial Classification Standard (NAICS) Code is 511210 (Software Publishers), Size Standard $25 million or under. This acquisition is to be a firm fixed price (FFP) type contract. The United States Army Special Operations Command, on behalf of the Office of the Command Historian is seeking to procure a Digital Asset Management System (DAMS) for the United States Army Special Operations Command (USASOC) Historian Office. The Statement of Requirements (SOR) for the DAM System Support is provided. The contractor shall provide the following Contract Line Item Number (CLIN): CLIN 0001, the contractor shall provide software, installation, initial training and configuration required to accomplish technical and administrative support for the DAMS in accordance with the attached Statement of Requirements. Offerors must demonstrate their capability to provide all the requested supplies/services. Offerors are requested to submit quotes that clearly demonstrate their company's capabilities. The quote should not exceed 15 pages and must provide a summary of relevant experience and knowledge that addresses the entire scope of the Government's SOO, specifically the functionality of the software when compared to all twelve (12) of the Government's Deliverables. Offerors are requested to address each of the twelve software requirements or state their company's software does not provide that portion of the Government's requirement. Key elements to consider in the submission should be the technical approach and concept for providing all of the required supplies/services. The quote should also include substantive current and/or recent past performance references that identify similar work to include period of performance, brief description of services, email address and phone number. Documentation provided must address all required elements listed within the SOO. Offerors should also identify their company's socio-economic status in the capability statement. Responses shall be submitted electronically via email to conway-phelps@soc.mil. All responses shall be submitted no later than 10:00 a.m. on 04 January 2012. To be eligible for award, prospective offerors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov. Respondents are cautioned that due to file size limitations and e-mail security protocol, there is a risk that not all correspondence will be received. It is the respondent's responsibility to ensure that all e-mails have been received. If receipt has not been acknowledged within 48 hours, please contact conway-phelps@soc.mil with a follow up e-mail. This requirement will be accomplished using full and open competition procedures for commercial off the shelf items. The Government desires delivery not more than 60 days after receipt of order. Pricing shall be destination pricing. Place of delivery will be the USASOC Historian Office, Bldg E-1930 Desert Storm Drive, Fort Bragg, NC 28310. EVALUATION CRITERIA. The following factors will be used to evaluate offers; (1) Technical Approach (2) Price and (3) Past Performance. Technical approach is defined as an offer of supplies that completely satisfy all the salient characteristics of CLIN 0001 and the requirements of the SOO. Offer will be evaluated on prices inclusive of travel expenses to and from the contractor's location to Fort Bragg, NC if required for initial set-up/training. Technical approach is more important than price; price is more important than past performance. Offer shall provide at least two past performance references with contact information. The vendor's proposal will be evaluated on their technical approach to meeting Government objectives and the cost of their approach. Additionally, vendors must be able to provide/perform an interactive demo of their proposed software solution. This may be done online or at the USASOC History Office. In the area of Past Performance - skills, experience and current software deployments will be evaluated to determine the offeror's capability to meet the Government's requirements. The following provisions and clauses are applicable to this acquisition. FAR Clause 52.212-3 Offeror Representations and Certifications Commercial Items: Online Representations and Certifications ORCA are considered acceptable to meet this clause requirement; otherwise a complete copy of the Offeror Representations and Certification will be required. FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and conditions required to Implement Statues or Executive Orders-Commercial; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.232-18 Availability of Funds; FAR 52.232-33 Payment by Electronic Funds Transfer; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7000 Offeror Representation and Certification-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Application to Defense Acquisition of Commercial Items; DFARS 252.204-7004 Alt A Central Contractor Registration; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. QUOTES SHALL INCLUDE: (1) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number), with a schedule of offered items to include unit price total price. (2) Representation and Certifications compliant with FARS Clause 52.212-3. (3) Acknowledgement and agreement with amendments, if applicable. (4) Evidence of technically acceptability, delivery schedule and past performance reference. Amendments, if any, will be posted on FedBizOpps at http://www.fedbizopps.gov. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Offerors must have a current registration in the Central Contractor Registration (CCR) prior to award. Website for CCR is www.ccr.gov. QUOTE ARE DUE: Quotes and any applicable attachments shall be received not later than 10:00 a.m. EST, 04 January 2012. The preferred method for submitting quotes is by email. It is the offerors responsibility to ensure faxed quotes and attachments are received by the designated time to fax number (910) 432-9345. The POC for this solicitation is Scott Phelps, USASOC Contracting Officer at (910) 432-6145, and any questions referencing this solicitation will be submitted in writing via email at conway-phelps@soc.mil, not later than, 1300 hrs EST, 23 December 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-12-T-0003/listing.html)
 
Place of Performance
Address: USASOC Historian Office, Bldg E-1930 Desert Storm Drive, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02638859-W 20111216/111214234043-1d076d1111ecf0e5cf2ef11eaaa44ab3 (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.