Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
SOLICITATION NOTICE

D -- WinRunner/Load Runner/Test Director Software Maintenance Renewal

Notice Date
8/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
EOSPE9RP011-EOSIN9RI702
 
Archive Date
9/13/2008
 
Point of Contact
Michael E Turner,, Phone: 614-693-1911, Alan K. Luich,, Phone: 614-693-8991
 
E-Mail Address
michael.turner@dfas.mil, alan.luich@dfas.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation (RFQ) of software support for commercial items in accordance with the format in FAR Subpart 12.603 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. THIS IS A FIRM FIXED PRICE, ALL OR NONE REQUEST FOR QUOTE. Description Qty Annual Software Subscription for 1000 ea. Mercury LoadRunner Web & Multimedia Virtual Users Bundle, Perpetual License, P/N L3LKWNXXXXWZ/01M PR (EOSIN9RI702) Annual Software Subscription for 2 ea. Mercury LoadRunner 8.1 Controller & Monitor, Perpetual License, P/N L1LCVXX810WZ/01M PR (EOSIN9RI702) Annual Software Subscription for 200 ea. Mercury LoadRunner Database Virtual Users Bundle, Perpetual License, P/N L3LKDNXXXXWZ/01M PR (EOSIN9RI702) Annual Software Subscription for 5 ea. Mercury LoadRunner GUI Virtual Users, Perpetual License, P/N L3LVGXX7XXWZ/01M PR (EOSIN9RI702) Annual Software Subscription for 2 ea. Mercury TestDirector for Quality Center 9.0 – 5 Pack Perpetual Site Concurrent License, P/N L1YBQCX900WZ/01M PR (EOSIN9RI702) Annual Software Subscription for 80 ea. Mercury TestDirector for Quality Center, Perpetual Site Concurrent License, P/N L1YLQCXXXXWZ/01M PR (EOSIN9RI702) Annual Software Subscription for 35* ea. Mercury Functional Testing 9.0 – Perpetual Seat License, P/N L1NFTSX900WZ/01M *PR (EOSIN9RI702)-Qty 6 each with delivery to DFAS Warehouse, 3250 Post Road/Suite 315 ATTN: Nancy Keaton (317-510-6310), Indianapolis IN 46226 *PR (EOSPE9RP011)-Qty 29 each with delivery to DFAS TSO-PE, 250 Raby Avenue/Bldg. 801 ATTN: Teresa Sheets (850-453-4141 x1655), Pensacola FL 32509 The Period of Performance (POP) is October 1, 2008 through September 30, 2009. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. The Defense Priorities and Allocations System (DPAS) assigned rating is DO-C9. Offerors should include a copy of the provision at 52.213-3, Offeror Representations and Certifications--Commercial Items (Jun 2008) with offer. The following clauses/provisions apply: 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2007); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008);DFAS 252.232-9000; Wide Area Work Flow (WAWF)-Receipt and Acceptance (RA) Instructions (Nov 2007): DFAS 252.232-9000 “WIDE AREA WORK FLOW (WAWF) – RECEIPT AND ACCEPTANCE (RA) INSTRUCTIONS” (November 2007) (a) As prescribed in DFARS clause 252.232-7003 Electronic Submission of Payment Requests (March 2007), Contractors must submit payment requests in electronic form. The Defense Finance and Accounting Service (DFAS) has implemented the DoD sanctioned Wide Area Workflow-Receipt and Acceptance (WAWF-RA) for contractors to submit electronic payment requests and receiving reports. Invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF-RA using the invoice type identified in paragraph (d) below. Paper copies will no longer be accepted or processed for payment unless the conditions of DFARS clause 252.232-7003(c) apply, and are specifically authorized in the contract. (b) The contractor shall ensure an Electronic Business Point of Contact is designated in the Central Contractor Registration at http://www.ccr.gov. The contractor must register to use WAWF-RA at https://wawf.eb.mil, within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. Step by step procedures to register are available on the WAWF-RA website. (c) Guidance regarding WAWF is available. There is a “Getting Started Guide” for WAWF and a free on-line computer based training module available at www.wawftraining.com. Payment information is available in the “myInvoice” system, a web-based tool that provides current payment status of a WAWF invoice. MyInvoice is available at https://myinvoice.csd.disa.mil//index.html. Vendor registration is required. Additional information on WAWF and eCommerce Tools are available at http://www.dod.mil/dfas/contractorpay/electroniccommerce/ECToolBox.html. (d) Invoices shall be submitted via WAWF-RA as (choose single type or multiple types) a “2-in-1”, a “Combo”, or as a “Cost Voucher”. [Note: Cost Vouchers may be submitted only if the contract terms and conditions specifically authorize payment via a cost voucher.] [WAWF-RA invoice types authorized for the submission of payment requests are: 1. Combo – Invoice and Receiving Report. To be used for goods or any combination of goods and services. 2. 2-in-1 invoice: Normally used for services only contract, however, it may be and is used for goods and/or services. 3. Cost voucher: Used if billing for cost type/reimbursable contracts. Cost vouchers are only used when contracts/orders require invoices be sent to DCAA for approval; and if specifically authorized in the contract 4. Progress Payments: Used when contracts/orders contain FAR 52.232-16 or DFARS 252.232-7004. 5. Performance Based Payments: Used when contracts/orders contain FAR 52.232-32] (e) DoDAACs or DoDAAC extensions. The contractor shall ensure the following DoDAACs are input when completing WAWF document(s); regardless of other DoDAACs used on the contract. It is important to note that if EDA is used to pre-populate the Address (DoDAAC) information on the WAWF document(s), the contractor must verify the data against the following information. If necessary, change the pre-populated WAWF input in accordance with the information provided below. Issued by DoDAAC - ________________ (Enter the “Issued By” Code) Admin DoDAAC - __________________ (Enter the “Administered By” Code -Usually the same as the “Issued By” Code). Payment DoDAAC – _________________ (Enter the “Payment Will Be Made By” Code) Acceptor DoDAAC - _____________________ (Enter the DoDAAC for the office/individual authorized to reject, accept and approve documents for payment). Acceptor - _______________________________ (Enter the name and phone number of the acceptor) Inspected By DoDAAC/EXT - ____________ (Leave blank unless inspected at the Source, in which case the source inspection DoDAAC is entered – generally aDCMA DoDAAC; or unless client uses an Inspected By DoDAAC). LPO DoDAAC/ EXT - ___________ (Leave blank unless the DFAS activity is requesting the LPO function be utilized and has provided the DoDAAC). (f) The Contractor shall send email notification to the following listed addresses. Before closing out of an invoice session in WAWF-RA but after submitting your document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on “ Send More Email Notification” on the page that appears and input applicable e-mail address (see below). This additional notification to the government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF-RA system. (Include the following e-mail addresses as applicable.) (1) WAWF Acceptor (e-mail address): DFAS Indianapolis WAWF Acceptor: (EOSIN9RI702): nancy.keaton@dfas.mil; DFAS Pensacola WAWF Acceptor: (EOSPE9RP011): teresa.sheets@dfas.mil [Acceptor’s work e-mail address, not the WAWF-RA Org e-mail address] (2) Contracting Officer Representative (COR) (e-mail address): (3) Government Point of Contact (GPOC) (e-mail address): DFAS Indianapolis: nancy.keaton@dfas.mil / DFAS Pensacola:teresa.sheets@dfas.mil (4) Alternate COR or GPOC (e-mail address): _________________________________________ (END OF CLAUSE) BRAND NAME JUSTIFICATION This workload is currently part of the BRAC migration. The work has historically been performed by TSO Pensacola, and most of the workload has recently migrated to TSO Indianapolis. Currently WinRunner/LoadRunner/TestDirector (and their add-ins) form the existing baseline of licenses used by TSOs Indianapolis and Pensacola for functional and regression testing of multiple applications that are constantly evolving and are required to work in diverse environments. WinRunner fully integrates with LoadRunner for load testing and TestDirector for global test management. DFAS TSO Pensacola has invested in Mercury licenses for over a period of years, and TSO Indianapolis has migrated this workload using these products, and TSO Pensacola continues to use it for the remaining workload to be migrated for BRAC. No other software has been tested using the DFAS configuration and environment which creates risk for the Government and its investment for the initial license costs and continued support costs over the years. Another potential risk is reduced testing services and support to our internal and external customers as we may not be able to sustain performance at the current level using other products. When considering the purchase of a replacement product, we must also consider the cost of re-working test scripts for multiple systems plus the costs for re-training analysts and testers to become proficient in the use of another test tool suite. Procuring an alternative product instead of renewing the license support and maintenance for the current product would result in substantial duplication of costs, and it is not likely to be recovered through competition among other products. Continuation of maintenance support for WinRunner/Load Runner/Test Director licenses previously purchased, implemented and being used by DFAS users is considered to be a logical follow-on. WinRunner appears on the DFAS Standard Products List for Windows automated testing.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=56dc3e8c20859f0b1e9157dcda7b1ddb&tab=core&_cview=1)
 
Place of Performance
Address: DFAS-TSO-PE, 250 Raby Avenue, Bldg. 801 Pensacola FL 32509, DFAS-Indianapolis, 3250 North Post Road, Suite 315, Indianapolis IN 46226, Indianapolis, Indiana, 46226, United States
Zip Code: 46226
 
Record
SN01643877-W 20080820/080818221955-56dc3e8c20859f0b1e9157dcda7b1ddb (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.