SOLICITATION NOTICE
70 -- Crisis Information Management System Software
- Notice Date
- 1/12/2006
- Notice Type
- Solicitation Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave Bldg 7, Laughlin AFB, TX, 78843-5102
- ZIP Code
- 78843-5102
- Solicitation Number
- Reference-Number-F2R3U36009A100
- Response Due
- 1/26/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) 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 number F2R3U36009A100 is hereby issued as a Request for Proposal (RFP) using FAR Subpart 13.1 Simplified Acquisition Procedures. This is a ?brand name or equal? requirement in accordance with (IAW) FAR provision 52.211-6 ?Brand Name or Equal?, (Aug 1999). CLIN 0001: WebEOC Professional Standard version or equal which is a web-based Crisis Information Management System (CIMS) with remote access outside the local area network (LAN); must comply with the provisions and standards for Incident Command System (ICS); must comply with the provisions of the Emergency Support Functions (ESF); Features must include: status board type function, automated checklists, messaging, chat, crisis simulation capability, file libraries, National Weather Services updates, and web-based news agency services; MapTac Software for integrating with other systems such as mapping (specifically, it must be able to allow for expansion to integrate with Laughlin's Geospatial Information System, GeoBase), other CIMS, and telephonic alert notification systems while being able to integrate public health into emergency management; minimum 1 year software support (to include all software updates) with 24/7 phone support; The system must run on the following specs: Dual Xeon or P4, 4GB RAM, Two 18GB SCSI 15K RPM Hard Drives (RAID1), Three 36GB SCSI 15K RPM Hard Drives (RAID5), RAID Controller Card / Split Backplane, CD-RW/DVD, 10/100 NIC, and Dual Power Supplies; operate using Windows Server 2003 Standard Edition operating environment and Microsoft SQL Server 2000 Standard Edition; WebEOC Second Server Software (to include minimum 1 year software support and updates) used for fail over capability to another server and to facilitate the creation of new tables and fields within the database and be able to execute standard replication capabilities; Double-Take Standard Software (to include minimum 1 year software support and updates) to perform high levels of mirroring to copy the data, structure, and dynamic web pages to another server for redundant/backup purposes; vendor support regarding graphical user interface display setup, configuration and design subsequent to initial installation ; CIMS must not be reliant on third party products whose licenses must be renewed annually. Nor must there be additional licenses required to be purchased as the number of responders needed to manage an event increase; initial training for five to 10 Administrators and five to 10 users is required for those responsible for administering and using the system; installation, technical support, and time on station to help the users configure status boards/graphical user interface is required (including travel and per diem) with a minimum of 40 hours of technical services (either on station or remote) subsequent to initial installation. CIMS must be able to interface with the local agencies who are currently using WebEOC CIMS tool. Desire Delivery on or before 08 Feb 06. Provide FOB Destination pricing This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System code 511210 with a small business size standard of $21M dollars. Please identify your business size in your response based upon this standard. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08 effective 05 Jan 2006 and Class Deviation 2005-o0001 and the Defense Federal Acquisition (DFARS) Change Notice 20051220. It is the offeror?s responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.211-6 Brand Name or Equal-(Aug 1999); FAR 52.212-1, Instructions to Offerors-Commercial Items-(Jan 2006), and any addenda to the provision as listed in this notice; FAR 52.212-2, Evaluation-Commercial Items-(Jan 1999) (Award will be made based upon best value to the government); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-(Mar 2005) (Offeror must complete the representation and certifications and submit with offer); FAR 52.212-4, Contract Terms and Conditions-Commercial Items-(Sep 2005), and any addenda to the provision as listed in this notice; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - - Commercial Items-(Jan 2006); FAR 52.219-6, Notice of Total Small Business Set-Aside-(Jun 2003); FAR 52.204-7, Central Contractor Registration (Oct 2003); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor ? Cooperation with Authorities and Remedies-(Jan 2006); FAR 52.222-21, Prohibition of Segregated Facilities-(Feb 1999); FAR 52.222-26, Equal Opportunity-(Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans-(Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities-(Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans-(Dec 2001); FAR 52.223-5, Pollution Prevention and Right-to Know Information-(Aug 2003); FAR 52.225-13, Restriction on Certain foreign Purchases-(Mar 2005); FAR 52.232-23, Assignment of Claims-(Jan 1986); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration-(Oct 2003); FAR 52.233-3, Protest After Award-(Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim-(Oct 2004); FAR 52.247-34, F.O.B. Destination-(Nov 1991); FAR 52.252-2, Clauses incorporated by Reference-(Feb 1998) (http://farsite.hill.af.mil); FAR 52.252-6, Authorized Deviations in Clauses-(Apr 1984); FAR 52.253-1 Computer Generated Forms-(Jan 1991); DFARS 252.204-7004, Alternate A-(Nov 2003); 252.204-7003, Control of Government Personnel Work Product-(Apr 1992); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items-(Dec 2005); DFARS 252.225-7035, Buy American ? Free Trade Agreements ? Balance of Payments Programs Certificate (Jan 2005); DFARS 252.225-7036, Buy American ? Free Trade Agreement ? Balance of Payments Program Certificate-(Jun 2005); DFARS 252.232-7003, Electronic Submission of Payment Requests-(Jan 2004); DFARS 252.243-7001, Pricing of Contract Modifications-(Dec 1991); DFARS 252.247-7023 Alt 3, Transportation of Supplies by Sea-(May 2002). AFFARS 5352.242-9000, Contractor Access to Air Force Installations-(Jun 2002). The following clauses are incorporated and amended as follows: FAR 52.252-1, Solicitation Provisions Incorporated by Reference is amended to include Internet address: http://farsite.hill.af.mil. (Feb 1998); FAR 52.252-5 Authorized Deviations in Provisions is amended in paragraph (a) to add ?Department of Defense Federal Acquisition Regulation? Chapter 2-(Apr 1984); FAR 52.252-6 Authorized Deviations in Clauses is amended in paragraph (b) to add ?Department of Defense Federal Acquisition Regulation? Chapter 2-(Apr1984). In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF)- To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. This purchase will incorporate one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representation and Certification with Offer. No telephonic responses will be processed. All responses must be received no later than 12:00 P.M., Central Standard Time on 26 January 2006. Please send any questions or quotes to 47 CONS/LGCA, ATTN: 2Lt Eric A. Alonso-Bernal, 171 Alabama Ave Bldg 7, Laughlin AFB, TX 78843. You may also call POC at (830) 298-4863, send a fax to (830) 298-4178, or e-mail eric.alonso-bernal@laughlin.af.mil. Alternate POC is Lt Edwin Gutierrez and can be contacted at (830) 298-5175, or e-mail to Edwin.Gutierrez@laughlin.af.mil
- Place of Performance
- Address: Laughlin Air Force Base, Del Rio, Texas
- Zip Code: 78843
- Zip Code: 78843
- Record
- SN00965446-W 20060114/060112213219 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |