Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2009 FBO #2764
MODIFICATION

70 -- DefenseReady Enterprise Server, Implementation Support and Software Maintenance

Notice Date
6/19/2009
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-09-T-0197
 
Archive Date
7/25/2009
 
Point of Contact
Christine G. Anderson, Phone: 757-893-2715
 
E-Mail Address
christine.anderson@vb.socom.mil
(christine.anderson@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The original solicitation is replaced with the following: This is a combined synopsis/solicitation prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being accepted and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-09-T-0197. A Firm Fixed Price (FFP) contract is contemplated. All responsible sources may submit a quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31 effective 14 May 2009. This procurement is set aside for small business. The associated NAICS 511210 code is with a standard business size of $25 million. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9. Section B Schedule of Supplies and Services CLIN 0001 BRAND NAME OR EQUAL Software; Mfr: Permuta Technologies. DefenseReady Enterprise Server with 250 user licenses with one year system administration support. Period: Date of award through twelve (12) months. Quantity 1 Lump Sum CLIN 0002 BRAND NAME OR EQUAL Mfr: Permuta Technologies. Implementation Support. Quick Start Implementation - 1000 hours to include installation, customizing and training on this application. Contractor shall provide services for the installation, configuration, customization and operation of Microsoft Dynamics CRM 4.0 and DefenseReady (with limited services for Microsoft Office SharePoint Server (MOSS) 2007), as required to support the operational needs of the organization. Standard deliverables include the following: Period: Date of award through 12 months. Quantity 12 Months •1. All project artifacts to include, but are not limited to, meeting minutes, workflow diagrams, and project plans. •2. Operations guide. This guide is tailored to the needs of the command. •3. Six (6) engagement-phase summaries. Each of these summaries is one-page long. Each summary outlines the expected outcomes for each of the 6 engagement phases. •4. Configurations for an operational DefenseReady package for out-of-the-box functionality. •5. On-site and online training •6. Optional and Situational Deliverables. •a. Data migration plan •b. Data migration execution •c. Recommendations for customization and execution •7. Site Survey. A site survey will be conducted prior to installation in order to focus on the command infrastructure to ensure that all hardware and software is functional and all server and client configurations are compatible prior to product installation. •8. Ins tallation. For the installation of Microsoft Dynamics CRM, the vendor will follow the standard guidelines set forth by the Microsoft Dynamics CRM Installation Guide. This guide includes step-by-step instructions for setup, plus command-line installation instructions. For Microsoft Dynamics CRM, the contractor shall install only the Microsoft Dynamics CRM server, the SQL Reporting Services connector (not SSRS), the exchange mail router (if required), and the outlook client (for which the vendor will provide guidance to system administrators for installation). For Defense Ready, the vendor shall use a standard installer, along with the integrated site templates from MOSS. •9. Configuration. Following the installation of DefenseReady and Microsoft Dynamics CRM, several configurations occur. These configurations vary based on the needs of the command. Examples of configuration include general tailoring of the products to the command and integrating outlook with the products. Configurations do not consist of writing any code. •10. Migration. During the site survey, it shall be discussed whether a data migration is possible. To make this determination, the vendor works with the command database administrator team to evaluate whether legacy data can be formatted for import into DefenseReady. A data migration plan will be provided in order to assist the command database administration team with the plan execution. •11. Customization. The customization phase is limited in scope during the QuickStart program. Because the goal of QuickStart is to provide initial operating capabilities, customizations that occursduring this timeframe are minor and provide only the basic customizations that operation requires. Examples of customizations include adding fields to entities, basic point-and-click workflows, generating simple reports, and creating dashboards in MOSS. •12. Integration. During the integration phase, the vendor performs user and technical training through a variety of ways, including hands-on and online formats. At this time, the vendor implements user adoption strategies. CLIN 0003 BRAND NAME OR EQUAL; Mfr: Permuta Technologies. Software Maintenance. Premium Support. Period: Date of award through 12 months. Permuta offers Premium Support to customers with existing installations of DefenseReady. With Premium Support, DefenseReady customers will be assigned a designated Functional Account Manager who will manage Ad Hoc Consulting Services and As-Needed Problem Resolution. The intent of Premium Support is to ensure continued success of DefenseReady and associated solutions once they are in place within an organization. FUNCTIONAL ACCOUNT MANAGER The Functional Account Manager is NSWDG's liaison to Permuta and its DefenseReady Solution Engineers. It is the Functional Account Manager's responsibility to ensure DefenseReady continues to meet the operational needs of NSWDG. The Functional Account Manager will collaborate with NSWDG representatives to identify operational needs and determine how DefenseReady can meet the requirements. The Functional Account Manager will then coordinate with the necessary Permuta resources to ensure those needs are met in a timely and professional manner. AD HOC CONSULTING SERVICES Through premium support, NSWDG will have access to Ad Hoc Consulting Services that are appropriate for limited scope projects that can generally be performed in a short-term period (12 months or less). The Functional Account Manager will work with NSWDG representatives and Permuta resources to define requirements and design and implement the solutions. The Functional Account Manager will manage the agreed upon timelines and provide regular updates over the period of the project. AS-NEEDED PROBLEM RESOLUTION With Premium Support, NSWDG will have access to support within 24 hours. Permuta resources will be available for trouble shooting and assisting in the implementation of solutions for operational problems as they arise. The availability of As-Needed problem resolution reduces customer's risk when un-expected events occur. CLIN 0003 BRAND NAME OR EQUAL Mfr. Permuta Technologies. Training Support Services (to include phone support and on-site consultation when required). Period: Date of award through 12 months. Support services covers twenty (20) hours per month for twelve (12) months. Software Assurance is an annual contract and all patches, fixes, updates, and upgrades will be provided to NSWDG. This includes the release of additional product functionality. For any problems or issues, it is twenty-four (24) hours a day, seven (7) days a week with a four (4) hour response time. QUANTITY 1 Lot SECTION I CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions (Jul 2004) FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) FAR 52.204-7 Central Cont ractor Registration (Apr 2008) FAR 52.209-1 Qualification Requirements (Feb 1995) FAR 52.209-6 Protecting the Government's Interes t When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Sep 2006) FAR 52.211-5 Material Requirements (Aug 2000) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness and Energy Program Use (Apr 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (Jun 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes DEV or Executive Orders Commercial Items (May 2009) (DEVIATION) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.227-1 Authorization and Consent (Dec 2007) FAR 52.232-17 Interest (Oct 2008) FAR 52.232-9 Limitation on Withholding of Payments (Apr 1984) FAR 52.232-17 Interest (Oct 2008) FAR 52.232-33 Assignment of Claims (Jan 1986) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) FAR 52.233-1 Disputes (Jul 2002) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.244-6 Subcontracts for Commercial Items (Mar 2009) FAR 52.249-8 Default (Fixed-Price Supply & Services)(Apr 1984) DFARS 252.204-7004 Central Contractor Registration (Sep 2007) Alt A DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) DFARS 252.211-7003 Item Identification and Valuation (Aug 2008) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009)(Deviation) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2008) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) SOFARS 5652.237-9000 Contractor Personnel Changes (Jan 1998) CLAUSES INCORPORATED BY FULL TEXT: FAR 52.212-2 Evaluation Commercial Items (Jan 1999) •(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Delivery and Price. Technical Capability and Delivery, when combined, are relatively equal to price. Award will be made based on best value to the government. •(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). •(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offeror), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Feb 2009) Alternate I (Apr 2002). All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://www.orca.bpn.gov. FAR 52.222-22 Previous Contrac ts and Compliance Reports (Feb 1999) FAR 52.222-25 Affirmative Action Compliance (Apr 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (Dec 2004) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (May 1989) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) FAR 52.252-5 Authorized Deviations in Provisions (Apr 1984) FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) Alternate I (Apr 2002) SOFARS 5652.201-9002 Authorized Changes Only by Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Leigh Walker, email: leigh.walker@vb.socom.mil, phone (757) 893-2713, fax (757) 893-2957, mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. SOFARS 5652.204-9004 Foreign Persons (Jan 2006) In accordance with restrictions required by Executive Order 12470, the Arms Export Control Act (Title 22, USC) (Sec 275), the International Traffic in Arms Regulation (ITAR), or DoD Directive 5230.25, Withholding of Unclassified Technical Data from Public Disclosure, no foreign persons will be permitted to work on a contract without notifying the Contracting Officer. Provide the following information for all foreign persons who will be working on the contract (or "X" here if there are no such individuals: ____): (1) Full Name: (2) Date of Birth: (3) Place of Birth: (4) Nationality: (5) Social Security Number: (6) Visa Status: (7) Current Address: (8) If a Subcontractor, Subcontractor Name and Address: (9) Biographic data and/or resume: SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (Jan 2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Christine Anderson, email: christine.anderson@vb.socom.mil, phone (757) 893-2715, fax (757) 893-2957, mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. SOFARS 5652.228-9000 Required Insurance (2003) The kinds and minimum amounts of insurance required in accordance with FAR 52.228-5 "Insurance-Work on a Government Installation" are as follows: TYPE AMOUNT Automobile Bodily Injury Liability $200,000 per person/ $500,000 per occurrence (EXAMPLE) Property Damage Liability $20,000 per occurrence (EXAMPLE) Workers Compensation & Occupational Disease As required by federal and State Statutes Employer's Liability $100,000 (EXAMPLE) Shipping to 1636 Regulus Avenue, Virginia Beach, VA 23461-2299. Inspection and Acceptance at Destination by the government. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Christine Anderson at christine.anderson@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Christine Anderson by email at christine.anderson@vb.socom.mil, phone: (757) 893-2715, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Christine Anderson (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 12:00 p.m. Eastern Standard Time (EST) on 10 July 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-09-T-0197/listing.html)
 
Place of Performance
Address: 1636 Regulus Avenue, Virginia Beach, Virginia, 23461-2299, United States
Zip Code: 23461-2299
 
Record
SN01851073-W 20090621/090620000418-0ea1eb9cb4bb7ae8aa1128cc9a379180 (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.