Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2004 FBO #0996
MODIFICATION

D -- OFFICE AUTOMATION SERVICES (AMENDMENT 0001)

Notice Date
8/16/2004
 
Notice Type
Modification
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017804R2031
 
Response Due
8/25/2004
 
Archive Date
12/31/2004
 
Point of Contact
XDS12H PHONE: 540-653-7942 FAX: 540-653-0489
 
Description
This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on-Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO in unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. This constitutes Amendment 0001 to N000178-04-R-2031 issued for the purchase of Office Automation Services. a.The first purpose of this amendment is to extend the closing date from 18 August 2004 to 25 August 2004. b.The second purpose of this amendment is to change the name of the offeror of the LINK eOffice System from General Dynamics to Network Marketing Solutions, Inc. c.The third purpose of this amendment is to provide answers to questions submitted in response to the RFP issued 29 July 2004. d.The questions and answers are identified as follows: (1)QUESTION: What are the license requirements in terms of the number of users for the process automation and workflow system? (1)ANSWER: There should be no license requirements as the total has the potential to be very large and entail an international audience. (2)QUESTION: What will be the maximum number of concurrent users in the system? (2)ANSWER: Unlimited. (3)QUESTION: Has the Naval Surface Warfare Center, Dahlgren Division selected the LINK eOffice System as the product for the process automation and workflow system? Can an Offeror propose an alternate product that meets all the specifications listed in the synopsis? (3)ANSWER: The procurement is not sole source. The brand name product or equal is required. Offerors may propose a product that meets all of the combined synopsis/solicitation?s specifications. Offers submitted on the basis of an equal product shall provide a matrix comparison, by SOW paragraph, of the equal product to the brand name product to demonstrate that the product meets the required specifications and characteristics. (4)QUESTION: Is there a preferred operating environment? (4)ANSWER: Web based. No plug-ins. (5)QUESTION: Can the proposal submission date of Aug 16 be extended by a couple of days? (5)ANSWER: The combined synopsis/solicitation closing date is extended to 25 August 2004. (6)QUESTION: Please explain the notation of the General Dynamics solution called LINK eOffice. (Offeror?s name deleted) has an equivalent software solution and I am not certain of the significance of the GD solution. (6) ANSWER: As amended in section (b) above, the LINK eOffice is a product developed and licensed by Network Marketing Solutions, Inc. and not General Dynamics as originally stated. A detailed description of the LINK eOffice was provided in the original combined synopsis/solicitation. The Government seeks to procure either the LINK eOffice or another offeror?s product, if the offeror demonstrates how their product is equal to the LINK eOffice brand name product. An offeror demonstrates this via a matrix comparison as described in the original combined synopsis/solicitation. (7)QUESTION: The requirements call for a firm, fixed price response. However, there are several important parameters that are missing from the RFP, the absence of which make an FFP response quite difficult. In order to calculate the correct software and hardware requirements, we need number of named users, number of concurrent users, amount of content and documents to be managed, and required response time. In addition, we would need to know any operational requirements such as required availability, failover, and hardware preference. (7)ANSWER: For number of users, see Answer 2. There are to be no restrictions on the number of named users, number of concurrent users, or the amount of documents. Required availability will be 24/7. As this is to be a web-based solution, the only hardware would be on the server side (i.e. at the offeror?s facility) and that would be left to the offeror to determine as part of their solution. (8)QUESTION: The requirements specify that the system must be operation 14 days after contract award. This is an unusually short period of time in which a new solution could be installed. Typically, there is time provided in the task order to documentation of requirements, software installation, system testing, user acceptance testing, and production rollout. (8) ANSWER: The initial specifications were for implementation on date of contract award. The Government is not looking for offerors to create a new solution, but rather implement an existing solution in a timely manner. As a web based solution, the software would be on the server side (i.e. located at the offeror?s facility). That is why the combined synopsis/solicitation states the brand name or equal is required to be up and operational no later than 14 days after contact award rather than delivered and installed during that timeframe. e.All other information remains unchanged.
 
Record
SN00644812-W 20040818/040816212453 (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 |
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.