Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2005 FBO #1294
SOLICITATION NOTICE

D -- Electronic Data Management System, Replacement (Software Only)

Notice Date
6/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
FA8604-05-R-3102
 
Response Due
6/30/2005
 
Archive Date
8/12/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepare 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. Solicitation FA8604-05-R-3102 is being issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04, dated 08 Jun 05. This acquisition is a 100% small business set-aside. NAIC: 541512. Size Standard: $23,000,000. Offerors must price each line listed below: CLIN QTY 0001 1 The contractor shall deliver an electronic data management system (software only) to replace the existing software. The current software was installed in 1998, and is no longer supported by the current software provider. The current system serves as a repository for more than 20 years of aircraft documentation, ranging from engineering to contractual data. It contains approximately 9,000,000 TIF (Tagged Image Format)/JPG (Joint Photographic Experts Group) images, with a corresponding text file for each image in the database. The software shall: a. Provide conversion of the current database, to include the conversion of single page images to full document images b. Provide print capability, to the page level, if conversion is not to a standard PDF. c. Provide scan, code, and OCR (optical character recognition) capability. d. Provide for full text search capability. Must be able to search by document or keyword and provide for a "fuzzy search" capability. e. Support a hierarchical file structure (i.e. file room, file cabinet, drawer, folder, and document). f. Run on Windows platform with an Oracle or Microsoft SQL backend. g. Provide security permissions to the folder level. h. Accept documents from a Kodak 3520 Scanner (only one scan input at a time). i. Support a front end customer base of 200 users with no more than 20 concurrent users. The contractor shall install the software, convert approximately 150,000 TIG/JPG images and their associated text files, and provide on-site training for five (5) administrators. The Government shall test the system for thirty (30) calendar days. However, at the end of the test period, the Government will be under no obligation to exercise an option to purchase the licensed software, and have the contractor perform a complete system conversion and integration. CLIN (OPTION) QTY 0002 1 The contractor shall complete the system conversion and integration, deliver software licenses for 200 users and 20 concurrent users, and provide one year of software maintenance and support, including software updates and telephone support. Ship to: 2960 Loop Road, Bldg 556, Wright-Patterson AFB, OH 45433. Delivery dates for CLINs 0001 and 0002 are sixty (60) days after receipt of order, and thirty (30) days after option is exercised, respectively. Deliver is FOB destination. The following clauses and provisions apply: (1) FAR 52.212-1, Instructions to Offerors-Commercial Items; (2) FAR 52.212-2, Evaluation-Commercial Items; (3) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; (4) FAR 52.212-4, Contract Terms and Conditions-Commercial Items; (5) FAR 52.212- 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; (6) FAR 52.217-7, Option for Increased Quantity- Separately Priced Line Item; (7) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; and (8) DFARS 252-211-7003, Item Identification and Valuation. The inserts for FAR 52.212-2(a) are: (1) The significant evaluation factors, in descending order of importance, are price, technical capability of the item offered to meet the Government's requirement, and past performance; and (2) Technical and past performance, when combined, are more important than price. The insert for FAR 52.217-7 is "seven (7) days of the completion of the test period." Note: Offerors are required to complete FAR 52.212-3 as part of the Central Contractor Registration (CCR) process. Therefore, they do not need to submit it with their offers. This will be a best value award. The Government will determine the proposal that provides the most advantageous offer to satisfy this requirement, based on an integrated assessment of each quotation. The Government reserves the rights to (1) award to other than the lowest offeror; (2) award without discussion; and (3) not to make an award. Any questions regarding this acquisition should be directed to Thomas A. Moseley at Thomas.Moseley@wpafb.af.mil or (937)257-4872, X 4423. All information regarding this acquisition will be posted on the world-wide web at http://www.pixs.wpafb.af.mil. NUMBERED NOTE: 1. This acquisition is a 100% set-aside for small business concerns. For more information on FA05R3012--Electronic Data Management System, Replacement (Software Only) please refer to http://www.pixs.wpafb.af.mil/pixslibr/FA05R3012/FA05R3012.asp
 
Web Link
FA05R3012-Electronic Data Management System, Replacement (Software Only)
(http://www.pixs.wpafb.af.mil/pixslibr/FA05R3012/FA05R3012.asp)
 
Record
SN00827466-W 20050612/050612190407 (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.