SOLICITATION NOTICE
70 -- Software, Licenses, Training, and Maintenance
- Notice Date
- 11/9/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00253 Naval Undersea Warfare Center Keyport 610 Dowell Street Keyport, WA
- ZIP Code
- 00000
- Solicitation Number
- N0025305Q0031
- Response Due
- 11/15/2004
- Archive Date
- 12/19/2004
- Point of Contact
- Monique Klose 360-315-2215 Attn: Supply Department, Code 182, Building 945, 610 Dowell Street, Keyport, WA 98345-7610, Facsimile: 360-396-7036
- E-Mail Address
-
Email your questions to Monique Klose, Contract Specialist
(klosem@kpt.nuwc.navy.mil)
- Description
- This requirement in support of the Naval Undersea Warfare Center Division Keyport, 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. The solicitation number for this requirement issued as a request for quotation is N00253-05-Q-0031. The solicitation document incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-25. NUWC Keyport has a requirement for the following: CLIN 0001: Quantity, 2 each, E-Tester, Floating Network License, Part Number: ETR-XXXXX-FN-P or equal per list of critical requirements. CLIN 0002: Quantity 1 each, E-Manager Enterprise Single Floating User License Part Number: EGE-XXXXX-FN-P or equal per list of critical requirements. CLIN 0003: Quantity 1 each ! E-Load Controller, Node Locked License, Part Number: ELD-CRTRLR-NL-P or equal per list of critical requirements. CLIN 0004: Quantity 1 Group, 50 Web Virtual Users for E-Load?Node Locked License, Part Number ELV-00050-NL-P or equal per list of critical requirements. CLIN 0005: Quantity 1 Group, E-Test Suite On-Site Training Class Part Number: TRA-00003-OS-X or equal. Class anticipated to be two to three days. CLIN 0006: Quantity 1 Group, Software Subscription E-Test Annual Support, Part Number: MTI-XXXXX-ST-X or equal. Background: Currently there is no efficient method of testing ASM. Testing such an enormous application with current resources would require a vast amount of time and manpower as each and every section would have to be laboriously checked and rechecked. In addition to checking the forms for validity, one must take into consideration the way in which ASM is used. Meaning that it is a multi-user application that resides on a server and must be tested ! in a way that confirms its ability to perform adequately under heave user loads. We require a software suite that not only allows the tester to create macros that confirm validity but also create a large number of simulated users that can load test ASM and provide statistical information as to how well it performed. Without this ability the team cannot be certain of ASMs performance issues until after a server loaded with it has been fielded and goes online. This is not an acceptable method of determining if there are software problems that need to be resolved. The automated software testing suite and user should be able to effectively do the work of a whole team of testers at a fraction of the cost and provide more detailed and accurate results. Following is a list of critical requirements that must be met: 1. Must be able to interact with personal key infrastructure (PKI) certificates. 2. Must be able to use software to create test scripts for a web-based applicatio! ns as well as have support for .NET and J2EE environments. 3. Test scripts must be able to test application for functionality and survivability. 4. Must be able to create variable data scripts that accept information from file input. 5. Must be able to load test the application and have reporting tools to convey test information that is easy to understand. 6. Single point control for distributed load testing agents. 7. Functionality tests must be able to be reused for load testing as well. 8. Must have customized programmability using VBA. 9. Software suite must have a centralized management system for scripts, results, requirements, etc. 10. Centralized management system must be able to utilize a local web server in order to allow users to access it from any location. 11. Centralized management system must have support for both manual and automated tests. 12. Integration between testing products (ie. load tester will work with functionality tester which will commu! nicate to the management system, and so on). 13. Easy to use script creation system including the ability to record user actions (low learning curve). 14. Ability to perform data validation (i.e. when A and B are selected, program insures that the expected value C is returned). 15. Vendor must provide training and support services. 16. Vendor must also have a yearly product maintenance service. The applicable NAICS Code for this requirement is 541511 and has a size standard of $21M. This requirement is to be FOB Destination, Naval Undersea Warfare Center Keyport, Keyport, WA 98345-7610 with Inspection and Acceptance at Destination with a required delivery date no later than 7 days after date of award. Quotes/Offers are due no later than 19 November 2004, 3:00 pm Pacific Time. Defense Priorities and Allocations System (DPAS) and applicable assigned rating for this requirement is DO-C9E. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. ! Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, and 252.225-7037 Buy American Act-NAFTA Implementation Act-Balance of Payments Program Certificate with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.204-7 Central Contractor Registration, Clause 52.212-4 Contract Terms and Conditions-Commercial items, Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation w/Authorities and Remedies, 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 Workers with Disabilities, 52.222-37! Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT-CCR, DFARS Clause 525.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFARS clauses cited in this clause are applicable to this acquisition: 252.225-7036 Alt I Buy American Act-NAFTA Implementation Act-Balance of Payments Program, 252.247-7023 Transportation of Supplies by Sea. The following FAR and DFAR clauses are incorporated by reference: 252.204-7004 Required Central Contractor Registration, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. The following DFAR Clause 252.211-7003 has been added in full. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing providing! unit prices and extended pricing, (2) Any firms proposing an or equal item shall clearly identify the item by Brand Name, Make or Model number, include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting officer; and clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (3) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov/). The contract resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the requirements in the solicitation and any subsequent amendments. Offers must meet or exceed the brand name or equal requirements i! n the solicitation and any subsequent amendments. The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonable available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the following price evaluation factors: Single Award for All Items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, off! erors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Delivery: Offerors must meet the required delivery date. (4) Responsibility: Offerors must meet the standard for FAR 9.104. Any questions should be submitted in writing via the fax number provided above or e-mailed to klosem@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same.
- Web Link
-
NUWC Acquisition Division
(http://www-keyport.kpt.nuwc.navy.mil/NECO/solicitation.htm)
- Record
- SN00706206-W 20041111/041109212209 (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 |