SOLICITATION NOTICE
D -- Installation support to activate the PTC Pro/INTRALINK software a Local Area Network and provide instruction for staff to become proficient in its use.
- Notice Date
- 8/19/2002
- 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-0008
- Response Due
- 8/30/2002
- Point of Contact
- John Barbie, 757-878-5003
- E-Mail Address
-
Email your questions to Aviation Applied Technology Directorate, Ft. Eustis DAAH10
(jbarbie@aatd.eustis.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes t he only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is DAAH10-02-R-0008 and is issued as a Request for Proposal. Proposals are due 30 Aug 2002, 1500 Local Time. Written proposals will be accepted in email, facsimile and hard copy formats. Responsibility for on-time delivery of proposals rests with the offeror. Email submittals should be sent to dthompson@aatd.eust is.army.mil. Facsimile submittals should be directed to the attention of contract specialist Delores Thompson-Gad at FAX number 757-878-0008. Ms. Thompson can be reached at 757-878-4825. Hard copy proposals should be sent to: Aviation Applied Technology Directorate (AATD), U.S. Army Aviation and Missile Command, Attn: AMSAM-RD-AA-C (D. Thompson-Gad) Bldg. 401, Lee Blvd, Ft. Eustis, VA 23604-5577. (ATTN: Solicitation DAAH10-02-R-0008). Responses will be provided only to written questions. This solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2001-08. The Standard Industrial Classification applicable to this solicitation is 7379 and the North American Industry Classification System (NAI CS) applicable is 541519. The size standard is $21 million. The proposed contract is 100% small business set aside. Any prospective contractor must be registered with the Central Contractor Registry (CCR) to be eligible for award. CCR registration may be accomplished via the World Wide Web at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html or by telephone 1-888-227-2423. AATD is pursuing a competitive acquisition for installation support to activate the PTC Pro/INTRALINK software on its Local Area Network (LAN) and provide instruction for its staff to become proficient in its use. AATD will use Pro/INTRALINK to systematiz e all data that is significant to maintain histories of completed aircraft design projects. The Pro/INTRALINK software product will manage the relationships between Pro/Engineer deliverables from conception to design to fabrication to flight-test. Under this requirement, the contractor shall provide all support at the Aviation Applied Technology Directorate (AATD), Fort Eustis, Virginia, unless there is an overall cost advantage to the Government for portions to be performed elsewhere. However, remote Co ntractor access to the AATD LAN is not admissible. Statement of Work 1. The contractor shall perform a survey of AATD?s computer hardware and software, existing data and desired INTRALINK capabilities. The contractor shall prepare a contractor-format report summarizing findings and recommended AATD INTRALINK implementatio n. The report shall include details about INTRALINK installation including mounting points for database and vault paths. 2. The contractor shall assist the AATD LAN Administrator in installing server and licensing software on an existing dedicated AATD INTRALINK server computer. The contractor shall assist the AATD LAN Administrator in installing INTRALINK client software on approximately fifteen (15) clients PCs. 3. The contractor shall train two AATD Government Employees as INTRALINK Administrators to perform all INTRALINK Administrator tasks including establishing file structures and standards, reconfiguring existing Pro/Engineer CAD software to tie into INTRALI NK and setting up standard configurations. 4. The contractor shall provide explicit data archiving methods for retrieval of individual files that have been deleted or corrupted. 5. The contractor shall provide telephone support to the two INTRALINK Administrators for a period of at least one-month to supplement PTC support under the AATD-PTC soft ware maintenance contract. 6. The contractor shall provide INTRALINK user training to approximately fifteen (15) personnel designated by the Contracting Officer. All personnel are located at AATD. The contractor shall provide training materials and/or training software that can b e used after this support contract is completed. 7. The contractor shall show by example how to migrate the data from old archive systems to the new INTRALINK system. The contractor shall provide one person to give desk-side advice and assistance to the fifteen AATD personnel for a minimum of four work ing days as they begin to use INTRALINK to create new files using INTRALINK and transfer old files. Migration of the entire existing AATD Pro/Engineer data set will not be the responsibility of the contractor. The period of performance shall be no more than 60 days from contract award. The inspection/acceptance and FOB point of destination is Fort Eustis, Virginia. The full text of a clause may be accessed electronically at these addresses: http://farsite.hill.af.mil/, http://www.arnet.gov/far, and http://www.acq.osd.mil/dp/dars/ The provision at 52.212-1, ?Instructions for Offerors ? Commercial Items?, applies to this acquisition. Paragraph (b)(4) is supplemented as follows: 1. The Statement of Work lists the steps identified by market research as necessary to the successful implementation of PTC INTRALINK at AATD. Proposed deviations from this Statement of Work may be acceptable but must be supported by a strong rationale e xplaining why additional work is necessary, why deleted work is not necessary and/or why revisions will provide a more cost effective INTRALINK implementation. 2. Offerors should assume that the Government will have in place a dedicated server running under Windows 2000 on the AATD LAN for use by INTRALINK. User PCs are all connected to the AATD LAN and run under Windows 2000 and Windows NT 4.0. Not all INTRALI NK users will be Pro/Engineer users. Some will only access INTRALINK to add, view or retrieve non-Pro/Engineer files. 3. Plans for training INTRALINK administrators and users should be made to minimize the total cost to the Government (Training cost + travel cost). 4. Offerors should define deliverable software and hard copy documentation and quantities recommended based on the planned number of users. Other deliverables shall include four copies of the Task I report (contractor format) and copies of training mater ials. 5. The offerors shall furnish a plan of execution to accomplishing the Statement Of Work giving the quantity and mix of personnel who will provide the installation and support. The provision at 52.212-1, ?Instructions for Offerors ? Commercial Items?, applies to this acquisition. Paragraph (b)(10) is supplemented as follows: The offeror shall provide at least three references with technical points of contact (name, position, company and telephone number) who will be called to confirm that the support was satisfactory. The offeror?s personnel proposed for this contract must be demonstrated to have extensive experience in providing support for the installation of PTC INTRALINK. The offeror shall include resume information that demonstrates that the implementation support personnel have a least three years of related experience and the trainers (if different persons) have at least one year of experience as trainers. The provision at 52.212-2, ?Evaluation of Commercial Items?, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageou s to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability in terms of corporate experience and personnel resources to meet the Government requirement; Past Performance (see FAR 15.304) an d Price and are listed in descending order of importance. Regarding technical capability, the offeror must demonstrate extensive corporate experience in providing support for the installation of PTC INTRALINK. The proposed approach to supporting PTC INTRALINK will be evaluated to determine that the minimum Gover nment requirement will be satisfied. Demonstrated capability in supporting INTRALINK implementations with special emphasis on implementations of the general size of AATD?s (10 to 15 seats) will be considered. Proposed personnel qualifications to provide installation support will be considered. Past Performance information will be evaluated to determine the offeror?s ability successfully perform the Government requirement. The offeror?s proposal will be evaluated to determine the reasonableness of the prices at which the same or similar items have been sold to other customers and/or in the commercial market. In addition, the offeror?s proposal will be evaluated to ascertain whether it is fair and reasonable and to assess the offeror?s understanding of the requirement and ability to perform at the offered price. The price proposal shall include sufficient pricing information to allow determination of reasonableness and reali sm with respect to the proposal plan of performance. Technical capability and past performance when combined are more important than price. 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?, applies to this acquisition wi thout addenda. The clause at 52.212-5, ?Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items?, applies to this acquisition. The following optional clauses cited within 52.212-5 apply: 52.203-6, ?Utilization of Small Business Concerns?; 52.219-14, ?Limitations on Subcontracting?; 52.222-21, ?Prohibition of Segregated Facilities?; 52.222-26, ?Equal Opportunity?; 52.222-35, ?Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; 52.222-36, ?Affirmative Action for Workers with Disabilities?; 52.222-37, ?Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans?; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, and ?Payment by Electronic Funds Transfer-Central Contractor Registration?. The Defense Federal Acquisition Regulation Supplement (DFARS) clause at 252.212-7001, ? Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items?, applies to this acquisition. The following optional clauses cited within 252.212-7001 apply: 252.247-7023 ?Transportat ion of Supplies by Sea? and 252.247-7024, ?Notification of Transportation of Supplies by Sea.? Point of Contact at AATD is Delores Thompson-Gad. Email: dthompson@aatd.eustis.army.mil. Phone: 757-878-4825; Facsimile: 757-878-0008. See Note 1.
- 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
- Zip Code: 23604-5577
- Record
- SN00144121-W 20020821/020819213556 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |