Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

D -- EMC Maintenace Software

Notice Date
8/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VUJ08199AC01
 
Archive Date
9/14/2008
 
Point of Contact
Stephen M. Colton, Phone: 813-828-6570, Leyla L. Campbell,, Phone: 813-828-4018
 
E-Mail Address
stephen.colton@macdill.af.mil, leyla.campbell@macdill.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in 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. This is a Request For Quote (RFQ) and the solicitation number is F2VUJ08199AC01 The 6th Contracting Squadron, MacDill AFB, Florida, requires the following maintenance software licenses for one base year and one option year. DESCRIPTION OF REQUIREMENT Description Of Requirement: CLIN 1 ******** Standard Maintenance for EMC Document Content Server ST, (QTY. 6469) Period of Performance, 10/01/08-9/30/09********* ******** Standard Maintenance for EMC Records Management Administrator ST, (QTY. 200) Period of Performance, 10/01/08-9/30/09********* ******** Standard Maintenance for EMC Document Records Management Client Extention ST(QTY. 6469) Period of Performance, 10/01/08-9/30/09********* ******** Standard Maintenance for EMC Documentation Retention Policy Services CPU (QTY. 12), Period of Performance, 10/01/08-9/30/09********* ******** Standard Maintenance for EMC Document Webtop Client ST (QTY. 6469), Period of Performance, 10/01/08-9/30/09********* CLIN 2 Includes option pricing for all of the above with a Period of Performance of 10/01/09 -9/30/10. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008, DFAR DCN 20080721 and AFFAR AFAC 2008-0605. The North American Industry Classification System code (NAICS) is 443120, Computer And Software Stores The Standard Industrial Classification (SIC) is 5734. A firm fixed price contract will be awarded. Note: FAR 52.232-18 applies to this solicitation and procurement. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. This is a brand name only acquisition which is approved based upon the following excerpt from the Contracting Officer signed Justification and Approval. EMC Documentum Records Manager 5.3 SP4 is a DoD 5015.2 certified software application designed to manage electronic, non-electronic, and e-mail records to include classified records. EMC Documentum 5.3 Records Manager extends Documentum's existing Content Management functionality by adding features and functions specific to records management such as corporate file plans, retention policies (RPS), file- and field-level security along with the ability to manage and declare records. This solution is USSOCOM's chosen DoD compliant Electronic Records Management application which is operated on our internal network and manages HQ USSOCOM and its components official records. In order to continue to operate this system, we need to procure the software license maintenance updates. In addition, to award to another source would result in substantial duplication of cost not expected to be recovered through full and open competition as well as unacceptable delays in filling government requirements. The total cost required to integrate a new system into the current USSOCOM enterprise architecture are totaled below. This cost estimate is based on initial licensing, license maintenance, consulting services, training, and travel/TDY costs. The cost does not include other factors like additional server licenses, lost manpower hours, data migration costs, end user training, and system down-time to the command. Additionally, it would directly affect and negatively impact other systems that are currently being fielded at USSOCOM and require this application: Expenditure Qty Cost Total Of A New System Total Cost $1,073,475.40 The above estimate was compiled based on our current electronic records management system configuration and prices are subject to change dependant upon how each vendor packages their licenses. This most certainly would result in USSOCOM having to purchase additional license types in order to field a different electronic records management system. Award will be made to the quotation which offers the best value to the government. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: The software is to be procured on behalf United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 217-5, Evaluation of Options, 52.232-18, Availability of Funds, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.217-8, Option To Extend Services, FAR 52.217-9 Option to Extend the Term of The Contract, FAR 52.219-28, Small Business Representations, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252. 204-7003 Control of Government Personnel Work Product, 252.243-7001 Pricing of Contract Modifications, 252-204-7004 (Alt 1), Required Central Contractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause), 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 30 August 2008 by 4:00 PM EST. Submit offers or any questions to the attention of Stephen Colton, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to stephen.colton@macdill.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2ddaa5a4dda1f7a6b07714f76e4d7ae9&tab=core&_cview=1)
 
Place of Performance
Address: Macdill AFB, Tampa, Florida, 33611, United States
Zip Code: 33611
 
Record
SN01646115-W 20080822/080820222153-2ddaa5a4dda1f7a6b07714f76e4d7ae9 (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.