Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

D -- Software Maintenance Support

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
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
W91WAW-12-T-0037
 
Response Due
5/21/2012
 
Archive Date
7/20/2012
 
Point of Contact
David Struble, 703-325-7547
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(david.v.struble.civ@us.mail.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. Combined Synopsis/Solicitation W91WAW-12-T-0037 For Software Maintenance Support (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, W91WAW-12-T-0037, is being issued as a Request for Quotation (RFQ) in accordance with the Government's requirement. (iii) The solicitation and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-28, effective 18 April 2012. (iv) The North American Industry Classification Standard (NAICS) code is 511210. This procurement is being solicited under full and open competition procedures. (v) The Firm Fixed Priced (FFP) contract line numbers are listed below: CLIN 0001Annual Software Maintenance - QAWB12 Months POP: 1 Year CLIN 0002Annual Software Maintenance - IAMT12 Months POP: 1 Year CLIN 0003Annual Software Maintenance - MPT-PRO12 Months POP: 1 Year (vi) The Army Contracting Command - National Capital Region (ACC-NCR) on behalf of the Naval Air Systems Command (NAVAIR) intends to solicit and award one (1) Firm Fixed Priced (FFP) contract for Software Maintenance Support of re-developed Concept of Operations (CONOPS) modules Quality Assurance Workbench (QAWB), Inventory Accuracy Management Tool (IAMT), and Material Productivity Tool - Procurement (MPT-PRO). The Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) is a Depot production system that supports the resources required to perform depot level maintenance, repair, modification of aircraft, engines, components and other aeronautical equipment and to perform manufacturing and prototyping operations. Until the mid-2000's, NDMS was comprised of many applications that were developed in a variety of programming languages and had a different look and feel experience for the user. Each application maintains had its own security and administration for managing user access and roles. Between September 2007 and March 2009, three of the separate NDMS software applications were redeveloped and seamlessly integrated into a new architectural framework underneath a common application called the NDMS Concepts of Operations (CONOPS). These applications include: the Quality Assurance Workbench (QAWB), the Inventory Accuracy Management Tool (IAMT) and the Material Productivity Tool - Procurement (MPT-PRO). The Contractor shall provide software maintenance support for the current production versions of QAWB, IAMT and MPT-PRO. Maintenance support shall include telephone support, error correction, fixes, solution updates, and technical and functional support. The technical and functional support may include telephone or onsite support as determined by the Government, depending upon the nature of the issue. The period of performance is for one (1) year. (vii) Delivery shall be F.O.B. Destination. Place of Performance is the Contractor's facility. (viii) FAR 52.212-1, Instruction to Offerors-Commercial items, applies to this acquisition. (ix) FAR 52.212-2, Evaluation-Commercial items, applies to this acquisition. 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: Technical Capability and Price. (x) FAR 52.212-3, Offeror Representations and Certification-Commercial items, applies to this acquisition. Offerors shall include a completed copy of provision with its offer. Offerors may register by visiting the ORCA web page at https://orca.bpn.gov/. Failure to register in ORCA may preclude an award being made to your company. (xi) FAR 52.212-4, Contract Terms and Conditions -Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items, applies to this acquisition. The following FAR clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of these FAR clauses may be accessed electronically at http://www.acqnet.gov/far. (xiii) FAR and DFARS Clauses Incorporated by Reference are applicable to this acquisition: 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.253-1, Computer Generated Forms; 252.232-7010, Levies on Contract Payments; and 252.233-7001, Choice of Law (Overseas). The full text of these FAR clauses may be accessed electronically at http://www.acqnet.gov/far. FAR and DFARS Clauses Incorporated by Full Text are applicable to this acquisition: 52.204-3, Taxpayer Identification; 52.204-7, Central Contractor Registration; 52.215-6, Place of Performance; 52.216-1, Type of Contract; 52.233-2, Service of Protest; 52.246-2, Inspection of Services-Fixed Price; and 252-246-7000, Material Inspection and Receiving Reports. The full text of these FAR clauses may be accessed electronically at http://www.acqnet.gov/far. DFARS Clause 252-212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Order Applicable to Defense Acquisitions of Commercial Items, Clause Incorporated by Full Text, is applicable to this acquisition. The following DFARS clause within the aforementioned clause is being selected as applicable to this acquisition: 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The full text of this FAR clause may be accessed electronically at http://www.acqnet.gov/far. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at https://www.bpn.gov/ccr/default.aspx. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. (xiv) The Defense Priorities and Allocation System (DPAS) does not apply to this acquisition. (xv) Questions must be submitted by Tuesday, 9 May 12 at 1:00 PM EST. All quotes must be good for 30 calendar days. Quotes are due via email no later than Monday, 21 May at 3:00 PM EST. Late submissions will not be accepted. Quotes shall be submitted to Mr. David Struble, Contract Specialist, at email: david.v.struble.civ@mail.mil and telephone: (703) 325-7547.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7093f3d573a342399708135fc20dcb97)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) 200 Stovall Street, 11TH Floor Alexandria VA
Zip Code: 22331-1700
 
Record
SN02739604-W 20120506/120504235213-7093f3d573a342399708135fc20dcb97 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.