Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2009 FBO #2864
SOLICITATION NOTICE

70 -- SOFTEON ANNUAL SOFTWARE MAINTENANCE

Notice Date
9/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
W0W118GPM00
 
Archive Date
10/14/2009
 
Point of Contact
Shirley Campbell, Phone: 202-283-1338
 
E-Mail Address
shirley.a.campbell@irs.gov
(shirley.a.campbell@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Solicitation TIRNO-10-Q-00000 is issued as a Request for Quote (RFQ). The Government intends to award one Firm Fixed Price Contract for the Contract Line Item Numbers (CLINs) attached. Provisions and clauses in effect through FAC 2005-35 are incorporated into this RFQ. The associated North American Industry Classification System (NAICS) code is 541511 Custom Computer Programming Services. This is an RFQ and brand name justification to procure Softeon Annual Software Maintenance for the Enterprise Logistics Information Technology (ELITE) System. Soften was the only software to be found to meet all of the needs of the IRS. The IRS is not requesting information from resellers of other brand name but manufacturers that can perform the brand name equivalent. Please provide your response with a base year and 3 one-year options, through September 30, 2013. The Softeon Software is already installed and operating in the IRS environment as described above. It would be too costly to procure new software, install and test the software, and have it operational to support daily workloads. The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-35 are applicable to this procurement: FAR 52.212-1, Instructions to offerors - Commercial, and FAR 212-2, Evaluation - Commercial Items, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions, 52.227-19, Commercial Computer Software License, 52.217-9, Option to Extend Term of the Contract Required to Implement Statutes or Executive Order - Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is used. FAR clause 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans and 52.232-33, Payment of Electronic Funds Transfer – Central Contractor Registration – 52.204-7. 1 IR1052.239-9008 Section 508 - Information, Documentation, and Support (Sep 2006) In accordance with 36 CFR 1194, Subpart D, the electronic information technology (EIT) products and product support services furnished in performance of this contract shall be documented to indicate the current conformance level with Section 508 of the Rehabilitation Act of 1973, per the 1998 Amendments, and the Architectural and Transportation Barriers Compliance Board_s Electronic and Information Technology Accessibility Standards. At no time during the performance of the award shall the level of conformance go below the level of conformance in place at the time of award. At no additional cost, the contractor shall provide information, documentation, and support relative to the supplies and services as described in this Purchase Order. The contractor shall maintain this detailed listing of compliant products for the full contract term, including forms of extensions, and shall ensure that it is current within five calendar days after award and within three calendar days of changes in products being utilized as follows: (a)Product support documentation provided to end-users shall be made available in alternate formats upon request, at no additional charge. (b)End-users shall have access to a description of the accessibility and compatibility features of products in alternate formats or alternate methods upon request, at no additional charge. (c)Support services for products shall accommodate the communication needs of end-users with disabilities. [End of clause] 2 IR1052.239-9009 Section 508 Conformance (Sep 2006) Each electronic and information technology (EIT) product and/or product-related service delivered under the terms of this contract, at a minimum, shall conform to applicable EIT accessibility standards at 36 CFR 1194 at the level of conformance specified in this Purchase Order. The following technical standards have been determined to be applicable to this contract: _X__1194.21, Software applications and operating systems. X_(a) _(b) X_(c) X_(d) X_(e) _(f) X_(g) X_(h) _(i) X_(j) X_(k) I_(l) _X__1194.22, Web-based intranet and internet information and applications. X_(a) _(b) X_(c) X_(d) _(e) _(f) X_(g) X_(h) _(i) X_(j) _(k) I_(l) M_(m) X_(n) X_(o) X_(p) The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely require that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. The following functional performance criteria (36 CFR 1194.31) apply to this contract. _X_(a) At least one mode of operation and information retrieval that does not require user vision shall be provided, or support for assistive technology used by people who are blind or visually impaired shall be provided. _X_(b) At least one mode of operation and information retrieval that does not require visual acuity greater than 20/70 shall be provided in audio and enlarged print output working together or independently, or support for assistive technology used by people who are visually impaired shall be provided. _X_(c) At least one mode of operation and information retrieval that does not require user hearing shall be provided, or support for assistive technology used by people who are deaf or hard of hearing shall be provided. _X_ (d) Where audio information is important for the use of a product, at least one mode of operation and information retrieval shall be provided in an enhanced auditory fashion, or support for assistive hearing devices shall be provided. _X_(e) At least one mode of operation and information retrieval that does not require user speech shall be provided, or support for assistive technology used by people with disabilities shall be provided. _X_ (f) At least one mode of operation and information retrieval that does not require fine motor control or simultaneous actions and that is operable with limited reach and strength shall be provided. [End of clause] All manufacturers that can provide the above requirements and perform the equivalent function/services shall submit written quotations which includes any applicable discounts; along with the completed IRS Price Quotation Sheet on or before 9:00am September 30, 2009. The Vendor shall be selected based on the lowest priced technically acceptable quote. All quotes shall include: Price(s), FOB Point of Contact (name and telephone number), delivery date(s), business size, payment terms, Taxpayer Identification Number and Dun & Bradstreet number. All products/services must be in compliance with Section 508 of the Rehabilitation Act. Anyone desiring to do business with the federal government must be registered in Central Contractor Registration (CCR) www.ccr.com. This requirement will close on September 30, 2009 at NOON Eastern Standard Time. Award will be made on or before October 01, 2009. All questions must be submitted by email to Shirley.A.Campbell@irs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/W0W118GPM00/listing.html)
 
Place of Performance
Address: INTERNAL REVENUE SERVICE, 1111 CONSTITUTION AVENUE NW, WASHINGTON, District of Columbia, 20224, United States
Zip Code: 20224
 
Record
SN01971362-W 20090927/090926002500-fc4112184c9168efda8cf3d196654cbd (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.