SOLICITATION NOTICE
70 -- AUTONOMY SOFTWARE MAINTENANCE
- Notice Date
- 8/24/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- 1701 N Ft Myer Dr, Arlington, VA 22219
- ZIP Code
- 22219
- Solicitation Number
- AUTONOMY01
- Response Due
- 9/8/2006
- Archive Date
- 9/28/2006
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and 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 is AUTONOMY01 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Friday, September 8, 2006 at 14:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be , null null The Department of State requires the following items, DETERMINED BY LINE ITEM, to the following: LI 001, The contractor shall provide Autonomy software license upgrade and maintenance (base year plus three option years) agreement. The base year is October 1, 2006 through September 31, 2007. This requirement is set-aside for GSA FSS holders only. The place of performance for maintenance is vendor?s facility. The Autonomy software must be maintained in accordance with the manufactures maintenance standards. The number of data, servers and users are unlimited. The terms of this agreement is applicable to the Department of State and USAID only. CLIN 001: Upgrade License for Software Components (listed in terms):, 1, EA; LI 002, Maintenance Base Year, 1, EA; LI 003, Maintenance Option Year I:, 1, EA; LI 004, Maintenance Option Year II:, 1, EA; LI 005, Maintenance Option Year III:, 1, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Gerome Jordan at jordanga@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. The software maintenance includes the following: telephone and email technical support, Automater Account, patches/fixes, and all upgrades provided as part of Autonomy annual maintenance. Maintenance must provide call logging, problem prioritization, escalation and error correction as required. Response time for Critical Problems is 30 minutes during standard support hours (6:00 AM through 7:00 PM M-F excluding holidays). (QTY: unlimited) IS210: IDOL Server Retrieval - Bundled, w/ year one maintenance/ (QTY: unlimited) IS310: IDOL Server - Classification Bundle w/ year one maintenance/ (QTY: unlimited) IS510: IDOL Server - Personalization Bundle w/ year one maintenance/ (QTY: unlimited) A1003: Active Windows Extension (AWE), over 1,000 users w/ year one maintenance/ (QTY: unlimited) A1504: Portal In a Box UI only w/ year one maintenance/ (QTY: unlimited) A1505: Retina UI only w/ year one maintenance/ (QTY: unlimited) A2040: QPS Upgrade, w/ year one maintenance/ (QTY: unlimited) A2052: Additional Retrieval languages supported w/ year one maintenance/ (QTY: unlimited) A2058: Auto-Language Detection w/ year one maintenance/ (QTY: unlimited) A2060: Wireless Suite w/ year one maintenance/ (QTY: unlimited) A3002-G: Alert - G w/ year one maintenance (QTY: unlimited) A3003-G: Mailer - G w/ year one maintenance/ (QTY: unlimited) A6009: DIH w/ year one maintenance/ (QTY: unlimited) A6010: DAH w/ year one maintenance/ (QTY: unlimited) A6014: DiSH w/ year one maintenance/ (QTY: unlimited) A6015: Distributed System Support bundle w/ year one maintenance/ (QTY: unlimited) A6006-G: Lotus Notes Fetch - G w/ year one maintenance/ (QTY: unlimited) A6007-G: ODBC Fetch - G w/ year one maintenance/ (QTY: unlimited) A6008-G: Sharepoint Fetch - G w/ year one maintenance/ (QTY: unlimited) A6013-G: POP3 Fetch - G w/ year one maintenance/ (QTY: unlimited) A6015-G: HTTP Fetch - G w/ year one maintenance/ (QTY: unlimited) A6016-G: NNTP Fetch - G w/ year one maintenance/ (QTY: unlimited) A6017-G: Oracle Fetch - G w/ year one maintenance/ (QTY: unlimited) A6018-G: Exchange Fetch - G w/ year one maintenance/ (QTY: unlimited) A6019-G: Livelink Fetch - G w/ year one maintenance/ (QTY: unlimited) A6020-G: Documentum Fetch - G w/ year one maintenance/ (QTY: unlimited) A6021-G: FTP Fetch - G w/ year one maintenance/ (QTY: unlimited) A6022-G: Moreover Fetch - G w/ year one maintenance/ (QTY: unlimited) A6023-G: Siebel Fetch - G w/ year one maintenance/ (QTY: unlimited) A6024-G: SAP Fetch - G w/ year one maintenance/ (QTY: unlimited) A6025-G: FileNet Fetch - G w/ year one maintenance/ (QTY: unlimited) A6026-G: Additional Fetches - G w/ year one maintenance/ (QTY: unlimited) A6027-G: Autoindexer - G w/ year one maintenance/ (QTY: unlimited) A6028-G: OmniFetch - G w/ year one maintenance/ (QTY: unlimited) A6029-G: PCDocs Fetch - Gw/ year one maintenance/ (QTY: unlimited) A6031-G: Fetch Module Bundle (5) w/ year one maintenance/ (QTY: unlimited) A7000-G: Autonomy Application Builder -G w/ year one maintenance/ (QTY: unlimited) A7100: Security Plugins w/ year one maintenance/ (QTY: unlimited) AUN8110: Aungate Communicator w/ year one maintenance/ (QTY: unlimited) AUN8120: Aungate Compliance Manager w/ year one maintenance/ (QTY: unlimited) AUN8130: Aungate Analyzer w/ year one maintenance/ (QTY: unlimited) AUN8140: Aungate Investigator/ (QTY: unlimited) AUN8150: Aungate Voice Compliance w/ year one maintenance/ (QTY: unlimited) AUN8160: Aungate Know-SPAM w/ year one maintenance/ (QTY: unlimited) AUD8210-10: Audentify Voice Recording - 10,000 w/ year one maintenance/ (QTY: unlimited) AUD8220-10: Audentify Screen Capture - 10,000 w/ year one maintenance/ (QTY: unlimited) AUD8230-10: Audentify Agent Quality Eval - 10,000 w/ year one maintenance/ (QTY: unlimited) AUD8240-10: Audentify Agent Assist Text Input - 10,000/ (QTY: unlimited) AUD8250-10: Audentify Agent Assist Phrase Spotting - 10,000 w/ year one maintenance/ (QTY: unlimited) AUD8260-10: Audentify Agent Assist Voice Recognition - 10,000 w/ year one maintenance/ (QTY: unlimited) AUD8270-10: Audentify Voice Analytics - 10,000 w/ year one maintenance/ (QTY: unlimited) V-V0150-WIN: VideoLogger w/ year one maintenance/ (QTY: unlimited) V-V0350-WIN: VideoLogger SDK (complete bundle) w/ year one maintenance/ (QTY: unlimited) V-C0100-NT: ControlCenter (Requires VideoLogger) w/ year one maintenance/ (QTY: unlimited) V-MS100-000: MediaSync Software. (Requires VideoLogger) w/ year one maintenance/ (QTY: unlimited) V-MS101-NT: MediaSync Application w/ year one maintenance/ (QTY: unlimited) V-A0300-WIN: SoftSound Audio Analysis w/ year one maintenance/ (QTY: unlimited) V-A0100-NT: Audio Analysis (requires VideoLogger) w/ year one maintenance/ (QTY: unlimited) V-A0101-NT: Speaker Identification (requires Audio Analysis) w/ year one maintenance/ (QTY: unlimited) V-A0203-NT: Advanced Audio Speech Recognition (requires VideoLogger) w/ year one maintenance/ (QTY: unlimited) V-A0204-NT: Advanced Audio Speaker Identification (requires V-A0203) w/ year one maintenance/ (QTY: unlimited) V-A0205-NT: Advanced Audio Name Extraction (requires V-A0203) w/ year one maintenance/ (QTY: unlimited) V-A0206-NT: Advanced Audio Story Recognition (requires V-A0203) w/ year one maintenance/ (QTY: unlimited) V-M0101-NT: Face Recognition (requires VideoLogger) w/ year one maintenance/ (QTY: unlimited) V-M0200-NT: On-Screen Text Recognition (requires VideoLogger) w/ year one maintenance/ (QTY: unlimited) V-SC100-WIN: SmartClips (Requires VideoLogger) w/ year one maintenance (QTY: unlimited) V-TS100-WIN: Text Alignment (Requires VideoLogger) w/ year one maintenance/ (QTY: unlimited) V-MT100-WIN: Machine Translation (Requires VideoLogger) w/ year one maintenance/ (QTY: unlimited) V-LD100-WIN: Logo Detection (Requires VideoLogger) w/ year one maintenance/ (QTY: unlimited) V-D0202-IFX: Informix Database plug-in w/ year one maintenance/ (QTY: unlimited) V-VSARCH-000: VS Archive w/ year one maintenance/ (QTY: unlimited) V-VSWEB-000: VS Webcasting w/ year one maintenance/ (QTY: unlimited) V-VSNM-000: VS News Monitoring w/ year one maintenance / BRAND NAME JUSTIFICATION: 1. Nature and/or description of the action being approved: This justification is for the purchase of an Enterprise License Agreement upgrade for our current Search Engine (Autonomy). This enterprise license for Autonomy products will give the Department of State unlimited usage and additional functional capabilities, as required. Such capabilities include the use of desktop search tools, support for rich media (voice and video), and multiple languages. This upgrade is for a perpetual license with annual support for four years from the date of acquisition. Description of the supplies or services required to meet the agency?s needs: As the lead federal agency responsible for the conduct of U.S. foreign affairs, the Department of State helps to shape a freer, more secure, and more prosperous world through formulating, representing and implementing American foreign policy. The enterprise license upgrade of the Department existing Autonomy enterprise license will allow the Office of eDiplomacy, Bureau of Information Resource Management (IRM/BPC/EDIP) to accomplish the following objectives in support of the Department?s mission: implement additional search features to improve the accuracy and efficiency of information retrieval for foreign service officers, provide integrated services on the desktop and primary tools for knowledge management to make it easier to locate information assets, and complement key programs such as State Messaging Archival and Retrieval System (SMART). The expanded license privileges will assist eDiplomacy in meeting the above objectives. Statutory authority permitting other than full and open competition: IAW FAR 8.405-6, this acquisition is conducted under the authority of the Multiple Award Schedule Program. Demonstration that the proposed contractor?s unique qualifications or the nature of the acquisition requires use of the authority cited: This justification is directed towards the expansion of the existing Autonomy license, to include additional functional capabilities of the Autonomy IDOL Server, access to currently Autonomy major upgrades, unlimited usage rights, and 4 years of Autonomy annual maintenance. The only offering available to satisfy these requirements, given that the Autonomy product is already licensed and deployed in production use at the Department, is the proposed Autonomy license enhancements and maintenance. Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable: This acquisition is being conducted under a GSA schedule. Synopsis is not required in accordance with FAR 8.404. . Determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable: The Contracting Officer anticipates that the price to the Government will be fair and reasonable. A complete analysis of the contractor?s prices will be performed in accordance with applicable FAR provisions. Commercial price lists, procurement history and other available pricing information will be reviewed. A determination of fair and reasonable pricing as required by statute and regulation will be made by the Contracting Officer. 7. Description of the market survey conducted and the results or a statement of the reasons a market survey was not conducted: Analysis of available technologies was originally conducted in 2002, prior to the original acquisition of Autonomy by the Dept. of State in conjunction with the Department of Homeland Security (DHS). The existence of the Autonomy software as the foundation for Dept. of State search technology requires that the desired license expansion and support be Autonomy based as well. Since Autonomy has already been purchased and implemented within the Department of State, there is no need to do further market survey for the Autonomy upgrade and maintenance purchase. However, recent research review of independent analysis of search technologies, conducted by research firms including Gartner, Inc., consistently rank Autonomy as a leading vendor in this space. Autonomy has the largest installed based of any such intranet search product and has consistently achieved Gartner?s ?leader?s quadrant? honors. According to Gartner, vendors listed in the leader's quadrant are performing well today, have a clear vision of market direction and are actively building competencies to sustain their leadership position in the market. 8. Any other facts supporting the use of other than full and open competition. eDiplomacy has successfully implemented Autonomy as the intranet search tool for the Dept. of State and, as such, has invested significant resources in achieving that result. Utilization of any alternate technology would require additional license expenditures, additional services costs, and significant implementation delays. Such costs and delays would adversely impact Dept. of State operations. Sources, if any, that expressed, in writing, an interest in the acquisition: No written expressions of interests have been received. 10. Actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. As this justification relates to the upgrade of an existence license, for a specific software brand, no actions are required to remove or overcome barriers to competition. 11. Background Information: In 2002, the U.S. State Department created a new initiative for knowledge-sharing placed with Foreign Affairs Information Integration (FASI) office called the ?Interagency Collaboration Zone? of which ?search? was an integrated component. This project used the Autonomy search engine as a principle tool for finding and retrieving information. In 2004 upon conclusion of the FASI pilot the IRM Business Center assumed ownership for the Autonomy search engine enterprise license for use with the Enterprise Information Portal (EIP) project. Responsibility for the EIP initiative was eventually transferred to the Office of eDiplomacy since it was a core component of the organization?s knowledge management objective. In the beginning of this project, IRM had a critical business need to improve the search capabilities of their Intranet (?iNet?) page; therefore ?search? became the initial project undertaken as part of the EIP project. The original acquisition by the State Department of the Autonomy license was part of a larger acquisition done by the newly formed Department of Homeland Security (DHS) in 2002. Autonomy was awarded the newly Enterprise Homeland Security Contract to provide 21 agencies within the newly formed Department of Homeland Security with the core infrastructure technology for information collection, analysis, routing and retrieval. Now since the Department has an Enterprise License Agreement for Autonomy, eDiplomacy?s first and foremost charge was to upgrade the existing search tool housed within the Intranet (iNet) web page with a faster and more powerful engine that would greatly improved intranet searching. The search engine project has concluded Phase 2 which included the replacement of the Alta Vista search engine, and the CA and FAM pilot, and has moved into the third phase of the initiative. The new Autonomy search engine went live January, 2005. Based on our positive experiences working with Autonomy it is appropriate that we continue to utilize Autonomy and expand the current maintenance agreement to include all unlimited usage rights/capabilities/upgrades of the enterprise license for Autonomy products. The Department of Homeland Security and Department of State Enterprise License Agreement contract expired at the end of September 2005. As mentioned earlier, Autonomy is the Department of State Intranet enterprise search engine. Each of the 21 agencies who originally participated in the 2002 agreement are now individually responsible for securing and maintaining Autonomy license and annual support, as DHS has not renewed such license support at the Department level. Even though the original license agreement has expired, we can continue to use the product, however, our initiative (continued pursuit for improvements) will be in jeopardy due to the inability to take advantage of any new patches and upgrades for the Autonomy Search Engine, as well as discontinued support for the version of the software that is currently in use at the Department. All questions must be received by Sep 5, 2006. The RFQ number and contractor?s business name must be typed in the subject line. Questions received after that date may not be answered.
- Web Link
-
www.fedbid.com (a-31162_01, n-3211)
(http://www.fedbid.com)
- Place of Performance
- Address: , null null
- Zip Code: null
- Country: Not Defined
- Zip Code: null
- Record
- SN01124495-W 20060826/060824220635 (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 |