Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2002 FBO #0060
SOLICITATION NOTICE

D -- Acquisition of a Web-Based, Hosted, Collaborative Program management System

Notice Date
1/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Aviation Applied Technology Directorate, Ft. Eustis DAAH10, ATTN: AMSAM-RD-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
DAAH10-02-R-0001
 
Response Due
2/8/2002
 
Archive Date
3/10/2002
 
Point of Contact
Gayle McClelland, 757-878-4818
 
E-Mail Address
Email your questions to Aviation Applied Technology Directorate, Ft. Eustis DAAH10
(gmcclelland@aatd.eustis.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 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 be ing requested and a written solicitation will not be issued. The solicitation number is DAAH10-02-R-0001, and is issued as a request for proposal (RFP). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisiti on Circular 2001-02. The Standard Industrial Classification applicable to this solicitation is 7372. The size standard is 1000. The Aviation Applied Technology Directorate (AATD) is pursuing a competitive acquisition for a Web-Based, Hosted Collaborative P rogram Management Environment for AATD's Survivable, Affordable, Repairable Airframe Program (SARAP) Tech Demo. The Web-Based, Hosted Collaborative Program Management Environment must perform, at a minimum, the following functions: 1. Program Book Management- Create a repository to store, organize, and share program related documents from OEMs, supplier and partners. 2. Access control- Ensure that only authorized personnel have access to certain documents. 3. Action items and issue resolution management-Monitor and manage action items and issues. 4. Intelligent workflow-manage document review and approval processes. Build ad-hoc or structured processes to manage program activities. 5. Multimedia collaboration- Share ideas and concerns using multimedia data. Record collaborative decision making process. 6. Real-time collaboration- Save travel costs and time by meeting on-line. Share applications, give presentations, and take opinion polls from your desktop. 7. Email integration-Leverage the power of popular email programs. 8. 2D/3D visualization and markup- View and markup more than 150 types of files without the applications. 9. Document management-Organize and share product development related documents such as CAD drawings, specifications ad cost analysis sheets. Manage revisions, comments, and other information regarding the documents. Award is anticipated not later than 28 Feb 2002. Period of performance (POP) will be from date of award through 31 December 2002, with three option years. Option POP will run from 1 January through 31 December each following year. The inspection/acceptance and FOB point is Destination (Ft. Eustis, VA). The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition without addenda. The provision at 52.212-2, Evaluation of Commercial Items, applies. The following factors w ill be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price, resulting in a best value determination. Technical capability is paramount. The evaluation factors are: 1. Hosted Server ? Distributed Client Solution. The solution must be offered as a world-wide-web-based, hosted application that can operate across multiple LAN / WAN enterprise architectures and locations. This factor is Pass/Fail. 2. Open Architecture with Standards Support. This factor is Pass/Fail. This factor must assure widest acceptability among collaborative participants? installed user base. 100% Web-based open architecture that supports, as a minimum, the following industry standards: HTTP/HTTPS for communication between client and server Industry-leading browsers, support for both Netscape and Internet Explorer Leading industry standard security technologies, SSL, RSA, VeriSign Digital Certificates XML APIs and middleware adapters to connect with enterprise systems such as ERP, SCM, PDM, CAD, CAM, and CRM JDBC compliant database connectivity and access to industry leading databases SMTP, POP3, and IMAP mail protocols for mail integration 100% Java (J2EE complaint) Single sign-on support 3. Ease-of-use and Functionality. The features described in this factor will be used to discriminate among solutions satisfying criteria 1 and 2 and are less important than the features under criteria 4. Features we will consider include: Wizard-based graphical user interface Full-text search, and advanced menu-driven search Personalized view of projects and action items Ease of navigation 4. Secure, Scalable, and Reliable System. The features described in this factor will be used to discriminate among solutions satisfying criteria 1 and 2. Features we will consider include: A secure environment for collaboration Efficient scalability from as few as 25 to as many as 500 users (seats) Continuous availability with 24 x 7 customer service (no answering service or phone recorders) Data protection and data integrity through multiple back-up mechanisms Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, with addenda, applies to this acqu isition. The clause at 52.232-7007, Limitation of Government?s Obligation applies to this acquisition. The clause at 52.212-5,Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following optional clauses cited within 52.212-5 apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26,Equal Opportunity; 52.222-35,Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36,Affirmative Action for Handicapped Workers; 52.222-37,Employment Reports on Disabled Veterans and Veterans of the Vietnam Era;52.222-19, Child Labor -Cooperation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33,Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-64, 52.239-1,Privacy or Security Safeguards and 52.245-64,Preference for Privately Owned U.S. Flag Commercial Vessels. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The follo wing optional clauses cited within 252.212-7001 apply: 252.225-7001,Buy American Act and Balance of Payment Program; 252.225-7012,Preference for Certain Domestic Commodities; 252.225-7014,Preference for Domestic Specialty Metals; 252.247-7023, Transportati on of Supplies by Sea; 252.247-7024,Notification of Transportation of Supplies by Sea;and 252.205-7000,Provision of Information to Cooperative Agreement Holders. Clause 52.239-4700, Year 2000 Warranty -Commercial Supply Items applies, for full text of this clause email contract specialist. Proposals shall include a narrative description of the proposed COTS solution, with sufficient detail to indicate practical, clear, concise delineation of proposer?s capability to perform. Include sufficient pricing infor mation on scalability to allow determination of reasonableness and realism. All responsible sources may submit a proposal, which shall be considered. Proposals shall be limited to five (5) pages for technical, pricing pages are in addition. Each proposal w ill be presumed to represent the best effort in response to the solicitation. Unexplained significant inconsistencies suggest that the offeror does not understand the nature and scope of the requirement and/or the cost of performance and may be grounds for elimination from the competitive range. Proposals are due 8 Feb 2002, 1500 EST. Written quotations should be sent to: Aviation Applied Technology Directorate, Attn: AMSAM-RD-AA-C (G. McClelland) Bldg. 401, Lee Blvd, Ft Eustis, VA 23604-5577. (ATTN: Solici tation DAAH10-02-R-0001). Point of Contact is Gayle McClelland, Contract Specialist at (757)878-4818, Facsimile (757)878-0008, email gmcclelland@aatd.eustis.army.mil.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: Aviation Applied Technology Directorate, Ft. Eustis DAAH10 ATTN: AMSAM-RD-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
Country: US
 
Record
SN20020131/00020128-020129210239 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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.