Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2008 FBO #2358
SOLICITATION NOTICE

R -- Licenses and Maintenance Upgrades

Notice Date
5/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Housing and Urban Development, OCPO, Office of Support Operations, Office of Support Operations, NO, 451 7th Street S.W., Washington, District of Columbia, 20410, United States
 
ZIP Code
20410
 
Solicitation Number
R-OPC-23300
 
Point of Contact
Jake Anderson, Jr.,, Phone: 2024022474
 
E-Mail Address
jake.anderson@hud.gov
 
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 Regulation (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 R-OPC-23300 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. The Department of Housing and Urban Development (HUD) anticipates award of a Firm-Fixed Contract. This procurement is set-aside for Small Business Concerns only. 1.0. BACKGROUND The Department of Housing and Urban Development (HUD) is required to create and maintain an enterprise wide Human Resources system that will interface with the National Finance Center. In 2003 HUD selected and purchased the PeopleSoft Human Resources Management System (HRMS) as the commercial-off-the-shelf (COTS) basis for the HUD enterprise Human Resources (HR) system. In September 2004, HUD awarded an IAA to the Department of Treasury for Implementation, Operation and Maintenance Support of HUD’s Human Resources and Training Systems which is now HIHRTS (HR/Connect). This software uses the PeopleSoft HRMS software as its COTS basis. As a result of this award HUD is required to maintain support of its licenses separate from HR/Connect. 2.0 SCOPE OF REQUIREMENTS The purpose of this requirement is to acquire software maintenance support for a total contract term of 60 months. 2.1Objective The expected outcome of this task is for HUD to acquire software maintenance and product upgrades. 3.0 SERVICES AND DELIVERABLE The contractor shall provide the software maintenance support to the HUD Government Technical Representative (GTR) along with any maintenance renewal documentation. The Software maintenance renewal provides the following to HUD: •Software upgrades for the term of the agreement • Product Support •Discounts on training and implementation services •Discounts on user conferences and similar programs •Priority technical support services 4.0PERIOD OF PERFORMANCE The pricing shall include the base year and four option periods. BASE YEAR:Date of Award through 12 Months Option Period 1:Month 13 through Month 24 Option Period 2:Month 25 through Month 36 Option Period 3:Month 37 through Month 48 Option Period 4:Month 49 through Month 60 Section 508 Requirements: All electronic and information technology (EIT) procured through this contract/order must meet the applicable accessibility standards at 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at: http://www/access-board.gov. The Contractor shall indicate for each line item in the schedule whether each product or service is compliant with the accessibility standards at 36 CFR 1104. Further, the proposal must indicate where full details or compliance can be found (e.g., vendor’s website or other exact locations). For contracts issued on or after June 25, 2001, Subsection 508(a)(30) of the Rehabilitation Act of 1973 requires that; when federal departments or agencies develop, procure, maintain or use Electronic and Information Technology (EIT) they must ensure that the EIT allows Federal employees with disabilities to have access to and use of information and that data is comparable to the access to and use of information and data by other federal employees; and, that individuals with disabilities who are members of the public seeking information or services from a federal department or agency, have access to and use of information and data that is comparable to that provided to the public without disabilities. The Contractor agrees to abide by this law and to ensure that all information created or used under this contract conforms to the above requirements. 1194.31, Functional Performance Criteria, and 1194-41, Information Documentation, and Support—in order to comply with this Section 508, the contractor shall submit all soft copies in a format that will be readable by JAW (HUD’s standard screed reader). All imbedded charts, graphs, pictures, etc., must be assessable and understandable through a screen reader. To view the entire text on 36 CFR Part 1194, go to www.section508.gov or www.access-board.gov and for 48 CFR Subpart 39.2 go to www.arnet.gov/far. All web sites and applications have to be compliant with Section 508. The North American Industry Classification System (NAICS) Code for this requirement is 541511, with a small business set-aside size standard of $23.0 Million. The Performance Period will consist of a Base Year and four (4) one year options for renewal. Participation by small, small-disadvantaged, HUB Zone small businesses, veteran-owned small businesses, and service disabled veteran-owned small businesses is encouraged. Faith Based and Community Based Organizations have the right to submit offers/bids with other organizations for contracts for which they are eligible. PRICE SCHEDULE. The contractor shall provide the supplies and services as required by each contract line item number (CLIN) below in accordance with the above scope of requirement. The contractor shall use the below price schedule to provide separate price schedules for the Base Year and Option Years 1 through 4. CLIN Supplies or Services (Description/Title) Funding Identifier Unit & Quantity Unit PriceTotal CLIN Price ORACLE/PEOPLESOFT SUPPORT FOR LICENSES AND UPGRADES $$ Maintenance – Code J$$ Systems Operations20275J24 months Support Renewal – Applications PeopleSoft Enterprise Scorecard - Reported Budget Perpetual CSI-14481844 20275J 1,000,000,000 Support Renewal – Applications PeopleSoft Enterprise Workforce Rewards - Employee Count Perpetual CSI- 14481844 20275J 10,000 Support Renewal – Applications PeopleSoft Enterprise Workforce Scorecard - Employee Count Perpetual CSI 20275J 10,000 Support Renewal – Applications PeopleSoft Enterprise Resume Processing - Employee Count Perpetual CSI- 14481844 20275J 10,000 Support Renewal – Applications Conversion Only - Ibm Was - Nonstandard User Perpetual – CSI- 14481844 20275J 1 Support Renewal – Applications PeopleSoft Enterprise Workforce Planning - Employee Count Perpetual CSI- 14481844 20275J10,000 Support Renewal – Applications PeopleSoft Enterprise eProfile Manager Desktop - Employee Count Perpetual CSI- 14481844 20275J10,000 Support Renewal – Applications PeopleSoft Enterprise HelpDesk for Human Resources - Reported Budget Perpetual CSI- 14481844 20275J1,000,000,000 Support Renewal – Applications PeopleSoft Enterprise eCompensation Manager Desktop - Employee Count Perpetual CSI- 14481844 20275J10,000 Support Renewal – Applications PeopleSoft Enterprise eCompensation - Employee Count Perpetual CSI- 14481844 20275J10,000 Support Renewal – Applications PeopleSoft Enterprise HelpDesk for Employee Self Service - Reported Budget Perpetual CSI- 14481844 20275J1,000,000,000 Support Renewal – Applications PeopleSoft Enterprise Human Resources - Employee Count Perpetual CSI - 14481380 20275J9500 Support Renewal – Applications PeopleSoft Enterprise HRMS Portal Pack - Employee Count Perpetual CSI- 14481380 20275J9500 Support Renewal – Applications Conversion Only - Ibm Was - Nonstandard User Perpetual CSI- 14481380 20275J1 Support Renewal – Applications Micro Focus Svr Expr 2.X Unix CSI- 14481380 20275J1 Support Renewal – Applications PeopleSoft Enterprise eBenefits - Employee Count Perpetual CSI - 14481380 20275J9500 Support Renewal – Applications PeopleSoft Enterprise Payroll Interface - Employee Count Perpetual CSI- 14481380 20275J9500 Support Renewal – Applications PeopleSoft Enterprise Time And Labor - Employee Count Perpetual CSI- 14481380 20275J9500 Support Renewal – Applications PeopleSoft Enterprise Candidate Gateway - Employee Count Perpetual CSI-14481380 20275J9500 Support Renewal – Applications PeopleSoft Enterprise Talent Acquisition Manager - Employee Count Perpetual CSI- 14481380 20275J9500 Support Renewal – Applications PeopleSoft Enterprise eProfile - Employee Count Perpetual CSI- 14481380 20275J9500 Support Renewal – Applications PeopleSoft Enterprise eDevelopment - Employee Count Perpetual CSI- 14481380 20275J9500 Support Renewal – Applications PeopleSoft Enterprise ePay - Employee Count Perpetual CSI- 14481380 20275J9500 Support Renewal – Applications PeopleSoft Enterprise HCM Warehouse - Employee Count Perpetual CSI- 14481380 20275J9500 Support Renewal – Applications PeopleSoft Enterprise Enterprise Portal - Reported Budget Perpetual Csi- 14481380 20275J1,000,000,000 TERMS AND CONDITIONS: The following clauses and provisions apply to this solicitation: Incorporated by reference are Federal Acquisition Regulations (FAR) 52.212-1, Instructions to Offeror-Commercial Items; 52.212-2, Evaluation-Commercial Items: Paragraph (a) The following factor(s) shall be used to evaluate offers: Price ; FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial Items. Additional FAR clauses apply. Quotation shall also include the following information: 1. Request for Quotation (RFQ) Number. 2. Time specified for receipt of offers. 3. Name, address, and telephone number of offeror. 4. Warranty terms. 5. Price for each line item in the requirement given above and any discount terms. 6. Delivery timeframe. 7. A completed copy of the representative and certifications at FAR 52.212-3 Alt. 1. 8. Prospective contractors must be registered in the Central Contractor Registration (CCR) database. Information regarding CCR requirements may be obtained at www.ccr.gov. or calling 1-888-227-2423. 9. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. 10. Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt shall not be considered. All responsible small business sources may submit a quotation, which, if received prior to the expiration of the deadline, shall be considered by this agency. The solicitation will be available solely through the General Services Administration’s Federal Business Opportunities web site http://www.fedbizopps.gov. Hard copies of the solicitation will not be available. The web site provides downloading instructions. All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through this web site. Interested parties are responsible for monitoring the web site to ensure they have the most up to date information regarding this acquisition. The point of contact for inquiries and clarifications is Jake Anderson, Jr., Contracting Officer, U.S. Department of Housing and Urban Development, Office of the Chief Procurement Officer, 451 7th Street S.W., Room 5184, Washington, D.C. 20410. The point of contact can be reached at (202) 402 2474 and receive a fax at (202) 708-2922. No collect calls will be accepted. No telephone calls for solicitations will be accepted. End of Synopsis
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fd577553b2755bb1cedaf9821e4b2f2b&tab=core&_cview=1)
 
Place of Performance
Address: District of Columbia, United States Minor Outlying Islands
 
Record
SN01570330-W 20080511/080509220144-fd577553b2755bb1cedaf9821e4b2f2b (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 |
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.