Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2013 FBO #4135
SOLICITATION NOTICE

D -- Enterprise Resource Planning Software

Notice Date
3/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640, United States
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-13-RQ-0246
 
Archive Date
4/17/2013
 
Point of Contact
Dana Rae Graham, Phone: 3019753978, Andrea A Parekh, Phone: (301)975-6984
 
E-Mail Address
danarae.graham@nist.gov, andrea.parekh@nist.gov
(danarae.graham@nist.gov, andrea.parekh@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SUBJECT: Enterprise Resource Planning System SOLICITATION NUMBER: SB1341-13-RQ-0246 RESPONSE DATE: April 2, 2013 12:00 PM EST SUBMISSION METHOD: You must register in FBO and submit your quote via uploading the documents to FBO itself. Emailed quotes WILL NOT be accepted. CONTACT POINTS: Dana Rae Graham, Contract Specialist, (301) 975-3978 Andrea G. Parekh, Contracting Officer, (301) 975-6984 DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Dana Rae Graham, Contract Specialist, with copy to Andrea Parekh, Contracting Officer. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 Software Publishers with a small business size standard of $25.0 M. This requirement is a total small business set-aside.*** ***The National Institute of Standards and Technology is seeking to purchase an Enterprise Resource Planning (ERP) Software System for the Fabrication Technology Division.*** ***All interested Contractor's shall provide a quote for the following: Line Item 0001: Enterprise Resource Planning (ERP) Software System Line Item 0002: Annual Maintenance Agreement Line Item 0003: Option Year 1: Annual Maintenance Agreement Line Item 0004: Option Year 2: Annual Maintenance Agreement Line Item 0005: Option Year 3: Annual Maintenance Agreement Line Item 0006: Option Year 4: Annual Maintenance Agreement 1.Objectives: Identify a vendor to provide a new commercially available, Microsoft Windows 7 compatible, Enterprise Resource Planning (ERP) software system. The system will be a user defined, off-the-shelf system that does not require customization (Plug and Play). 2.Scope: The vendor shall provide an Enterprise Resource Planning (ERP) software system that has the following minimum features/capabilities: a.Estimating/Quoting: Shall generate estimates and/or quotations for customer approval; allow detailed breakdowns of labor by process, employee or workstation as well as material and tooling costs. This element must include an email and print option to facilitate sending the Estimate/Quote to a prospective customer if so desired. b.Job Creation: Shall create an active job from an estimate/quote or by manual entry. Jobs must have a unique, chronological identifying number automatically generated by the software (Job #). Must generate a printable copy of the job requirements and customer information (a, "Traveler" ) listing all relevant information associated with the job such as; operations, time estimates for each operation, customer and contact information, work order number, job coordinator, part description, part identification, quantity, associated electronic drawings and files, notes, job creation date and due date. c.Scheduling: Shall automatically inputs jobs into the schedule chronologically based on user and job defined criteria which at a minimum shall include work centers, employee work schedules, availability of materials and operations. Has a "drag and drop" modifications feature, as well as a prioritization feature which makes suggestions based on user defined criteria to optimize job completion. Scheduler must be displayed in multiple formats (e.g. Whiteboard, Gantt), each work center must have a visual work load feature for optimization and a real time visual representation of the completion status of each job listed. d.Time and Attendance: Shall produce data logs of employee start and end day times, start and end job times, and allows supervisory editing of job times. Shall produce reports based on user defined criteria such as dates, employees, jobs, operations and pay periods. e.Financial: Shall track customer project-task/work orders and charges labor, materials and tooling (via Purchase Order, Customer and Time and Attendance components). f.Customer: A database of customers containing contact information and automatically generates a unique identification number. g.Purchase Order: Generates purchase orders for job related materials, tools and organizational, "overhead" purchases; associates purchases to individual jobs. h.Vendors: Stores contact information for an unlimited number of material, tooling and supply vendors to be used by the Purchase Order component. i.Employee Database: Stores employee contact and work schedule information. j.Workstation Database: Stores information on equipment capabilities, availability and maintenance schedules. k.Executive Overview: Shall produce operational reports based on user defined criteria. Reports must be able to be exported in various formats which shall include at a minimum graphs, pie and bar charts, crystal reports, excel type. l.Notification: Utilizes user defined criteria to automatically notify a supervisor should a job be overdue, over estimate, employee attendance, missing or needing materials and tooling through a visual alert, email or SMS. m.Performance Monitoring: With one click or selection the system shall produce a one page, real time overview on the status of all current scheduled work, attendance, materials ordering status, inventory, etc. No requirement to build a report or data mine the software. n.Web Accessibility: Customers must be able to remotely access the scheduling module in a read only mode through the internet. Additional access to other customer centric data, such as Work Order Balances, shall be optional. o.Continuity: All components must be interrelated by a unique identifying number (e.g. job number) so that any information or modification to any components related to a specific job, updates all relevant modules instantaneously. For example entering a Purchase Order (PO) for material for a particular job will automatically attached the PO to the job. Editing employee time will automatically update the total time charged to a job. Scheduler uses Employee and Workstation databases to process and schedule jobs. p.User Accessibility: The system must allow 12 users to be simultaneously using the system to create estimates, jobs, purchase orders, and scheduling. Must be able to add additional Users at additional fees at any time NIST desires. The system must also allow the remaining FT employees access from individual PCs for the purpose of clocking into and out of jobs, obtaining electronic files and drawings related to jobs, and viewing the production schedule. It shall contain user defined security levels to set which components employees and customers have access to. q.Training and Upgrades: The vendor must provide a maintenance, training and unlimited software upgrade capability for a period of one year from the date of initial software installation plus a defined cost for purchasing additional yearly increments of maintenance, training and unlimited software upgrades on a nonconsecutive basis. (NIST will not be obligated to purchase these upgrades each and every year but can do so when NIST decides it is necessary.) 3.Tasks: Upon award of contract the vendor will: a)Within 14 days of award notification communicate with designated NIST IT personnel for the NIST Assessment & Authorization (A&A) process. Software must successfully receive an Authorization to Operate (ATO) through this A&A process or the contract will be voided. Depending on the issues and findings found as a result of the assessment, sufficient time should be allotted for adequate remediation of any vulnerability from the security perspective (either by NIST or the Vendor.) Expected time frame for completion of this task is 10 to 30 business days. b)After the NIST IT Security Officer (ITSO) grants approval for the software to operate on the NIST network infrastructure, the product can then be used officially by NIST staff and any necessary training sessions conducted. A Vendor representative will travel to NIST to train the 12 Government users (seats). c)Between completion of task 2 and August 30, 2013 NIST staff will populate the system database with employee, customer, vendor, work order, processes, operations, materials, and workstation information. During that time vendor representatives shall be available via phone or internet to assist with issues and questions that arise. d)The vendor shall return to NIST the last week of August 2013 to provide any additional training and confirm all aspects of the system are operating successfully (full up test). The system must be fully operational no later than September 3, 2013. e)The vendor must have a maintenance agreement in place that will cover-among other things-responsibilities for troubleshooting issues, software patching and upgrades, and more importantly, remediation of security vulnerabilities found from regular scans conducted by NIST. 4.Security: The software system shall be the property of the Federal Government, specifically the Fabrication Technology Group (133.03) of the National Institute of Standards and Technology, and be resident on an internal networked hard drive for use by unlimited employees. Every information system must comply with information security requirements per Federal law, including externally hosted systems that support NIST. The Assessment and Authorization (A&A) process demonstrates compliance by ensuring that a minimum baseline of security controls are met and commensurate with the system's impact categorization, determined in accordance with Federal Information Processing Standard (FIPS) 199. 5.Travel: Quotes must include all travel expenses expected to be incurred by the vendor to install the software and train employees per the minimum requirements. After selection any other travel and expenses deemed necessary by the vendor to meet these criteria will be the responsibility of the vendor. ***DELIVERY: Delivery shall be provided not later than 30 days after receipt of an order. Delivery shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. *** ***EVALUATION CRITERIA: 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APRIL 2012) The Government will issue an order resulting from this request for quotation to the responsible offeror whose quotation results as lowest price and technically acceptable. Quotations deemed technically unacceptable will not be considered further for award. *** *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of a CAR provision or clause may be accessed at http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=4e688f283b79af361b0d640fd9f28ed6&rgn=div5&view=text&node=48:5.0.6.43.1&idno=48.*** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ***The following clauses apply to this acquisition: 1352.209-74 Organizational Conflict of Interest 1352.209-73 Compliance with the Laws 1352.201-70 Contracting Officer's Authority 1352.246-70 Place of Acceptance: NIST 100 Bureau Dr. Gaithersburg, MD 20899 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-6 Notice of Total Small Business Set Aside 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-1 Buy American Act - Free Trade Agreements- Israeli Trade Act; Alt. 1 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.232-99 DEV Providing Accelerated Payment To Small Business Contractors (Aug 2012) Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) ***All quoters shall submit the following: 1) A quotation which addresses all of the above line items; 2) A technical description and/or product literature; 3) Description of commercial warranty; 4) Most recent published price list(s)*** ***All quotes shall be received not later than 12:00 PM EST April 2, 2013, via FBO. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Dana Rae Graham) @ danarae.graham@nist.gov. E-mailed and faxed quotes will NOT be accepted. Offeror's quotations shall not be deemed received by the Government until the quotation is submitted via FBO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RQ-0246/listing.html)
 
Record
SN03015853-W 20130321/130319235825-614e9de62ffa883ec3dad0e0acdd1285 (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.