DOCUMENT
D -- Maximo Software Support and Maintenance - Attachment
- Notice Date
- 11/25/2013
- Notice Type
- Attachment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA11814Q0586
- Response Due
- 12/3/2013
- Archive Date
- 3/3/2014
- Point of Contact
- Eleanor.Slocum@va.gov, 732-440-9677
- E-Mail Address
-
eleanor.slocum@va.gov
(eleanor.slocum@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined Synopsis/Solicitation for Commercial services in accordance with Federal Acquisition Regulations (FAR) subpart 12.6, 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 solicitation is issued as a Request for Quotation (RFQ); the number is VA118-14-Q-0586. This acquisition will be processed non-competitively under authority 41 U.S.C.3304(a)(1) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1 entitled, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements" to International Business Machines (IBM) Corporation, 6710-G Rockledge Drive, Bethesda, Maryland, 20817. The Department of Veterans Affairs (VA), Office of Acquisition Operations, Technology Acquisition Center (TAC), located at 260 Industrial Way West, Eatontown, NJ 07724 intends to award a sole source Firm-Fixed-Priced (FFP) contract for a 12-month base period and two (2), 12-month option periods for continued Accelerated Value Program (AVP) software maintenance and technical support for the Maximo Asset Management Software. VA currently owns and maintains a perpetual, enterprise-wide Maximo Asset Management Software license suite from IBM for VA's use which requires on-going software support and maintenance. Type of Contract: Firm Fixed Price PRODUCT DESCRIPTION 1.REQUIREMENTS: VA has a requirement for Brand Name IBM AVP and technical support of VA's Maximo Asset Management Software version 7.5 and subsequent updates for patches and maintenance releases. The Software maintenance and technical support shall include technical troubleshooting of configuration setting and log file support of Oracle WebLogic Application Server and IBM Advanced interactive eXecutive (AIX) compatible version platform. Base Period: DescriptionQuantity Maintenance and Support for Maximo Adapter for Microsoft Project Site License Annual Software 1 Maintenance and Support for Maximo Asset Management Site Software License1 Maintenance and Support for Maximo Enterprise Adapter for Oracle Server Software License1 Maintenance and Support for Maximo Field Control Site License Software1 Accelerated Value Program Maximo Software Premium Support1 Option Period 1: DescriptionQuantity Maintenance and Support for Maximo Adapter for Microsoft Project Site License Annual Software 1 Maintenance and Support for Maximo Asset Management Site Software License1 Maintenance and Support for Maximo Enterprise Adapter for Oracle Server Software License1 Maintenance and Support for Maximo Field Control Site License Software1 Accelerated Value Program Maximo Software Premium Support1 Option Period 2 DescriptionQuantity Maintenance and Support for Maximo Adapter for Microsoft Project Site License Annual Software 1 Maintenance and Support for Maximo Asset Management Site Software License1 Maintenance and Support for Maximo Enterprise Adapter for Oracle Server Software License1 Maintenance and Support for Maximo Field Control Site License Software1 Accelerated Value Program Maximo Software Premium Support1 1.1 Support Services: The Contractor's software technical service support shall include: 1.Support for the following Maximo/IBM applications: A.Maximo Enterprise Site License B.Maximo Adapter for Microsoft C.Maximo Field Control Site License Software D.Maximo Workflow Site License E.Intermat Standard Modifier Dictionary (SMD) Site License F.Maximo Enterprise Adapter for Oracle G.Maximo Oracle Server Integration Site License H.Microsoft Projects Integration Site License I.Enterprise Resource Planning (ERP) Integration for Oracle Financial Site License J.Software Development Kit (SDK) for Business Components Site License K.Maximo Documentation Kit Site License L.Crystal Integration Site License 2.Provide unlimited Toll free telephone technical support for software and technical issues. A.Via a toll free number B.Support Hotline staffed 24 hours a day, 7 days a week C.Provide a single point of contact D.Provide Priority 1 - Critical Support (error or problem which prevents the use of the product and has a critical impact on the VA's business) problem resolution recommendation within 1 hour. E.Provide Priority 2 - Urgent Support (error or problem which impairs or curtails, but does not prevent, the use of the product) problem resolution recommendation within 4 hours. F.Provide access to an On-Line Support Portal and Bug Database System. The support portal shall provide technical advice, downloads for fixes, troubleshooting tools, product documentation, and service history. INFORMATION SECURITY CONSIDERATIONS: The Certification and Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. PROVISIONS AND CLAUSES applicable to this acquisition are as follows: GOVERNING LAW: Federal law and regulations, including the Federal Acquisition Regulations ("FAR"), shall govern this contract. Commercial license agreements may be made a part of this Contract but only if both parties expressly make them an addendum. If the commercial license agreement is not made an addendum, it shall not apply, govern, be a part of or have any effect whatsoever on the contract; this includes, but is not limited to, any agreement embedded in the computer software (clickwrap) or any agreement that is otherwise delivered with or provided to the Government with the commercial computer software or documentation (shrinkwrap), or any other license agreement otherwise referred to in any document. If a commercial license agreement is made an addendum, only those provisions addressing data rights regarding the Government's use, duplication and disclosure of data (e.g., restricted computer software) are included and made a part of this contract, and only to the extent that those provisions are not duplicative or inconsistent with Federal law, Federal regulation, the incorporated FAR clauses and the provisions of this contract.; those provisions in the commercial license agreement that do not address data rights regarding the Government's use, duplication and disclosure of data shall not be included or made a part of the contract. Federal law and regulation, including without limitation, the Contract Disputes Act (41 U.S.C. §601-613), the Anti-Deficiency Act (31 U.S.C. §1341 et seq.), the Competition in Contracting Act (41 U.S.C. §253), the Prompt Payment Act (31 U.S.C. §3901, et seq.) and FAR clauses 52.212-4, 52.227-14, 52.227-19 shall supersede, control and render ineffective any inconsistent, conflicting or duplicative provision in any commercial license agreement. In the event of conflict between this clause and any provision in the contract or the commercial license agreement or elsewhere, the terms of this clause shall prevail. Claims of patent or copyright infringement brought against the Government as a party shall be defended by the U.S. Department of Justice (DOJ). 28 U.S.C. § 516. At the discretion of DOJ, the contractor may be allowed reasonable participation in the defense of the litigation. Any additional changes to the contract must be made by contract modification (Standard Form 30). Nothing in this contract or any commercial license agreement shall be construed as a waiver of sovereign immunity. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (MAR 2009) FAR 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (MAY 2011) FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013) FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (JUL 2013) FAR 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012) FAR 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (MAY 2012) FAR 52.219-14 LIMITATIONS ON SUBCONTRACTING (DEC 1996) FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) FAR 52.224-1 PRIVACY ACT NOTICATION (APR 1984) FAR 52.224-2 PRIVACY ACT (APR 1984) FAR 52.227-01 AUTHORIZATION AND CONSENT (DEC 2007) FAR 52.227-02 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT (DEC 2007) FAR 52.227-19 COMMERICAL COMPUTER SOFTWARE LICENSES (DEC 2007) FAR 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION) (AUG 2012) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT INFORMATION (JUL 2012) VAAR 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (Interim - October 2008) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (FEB 2010) FAR 52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS - REPRESENTATION (MAY 2011) FAR 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (APR 2010) FAR 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION) (MAR 2012) FAR 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012) FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) FAR 52.216-1 TYPE OF CONTRACT (APR 1984) FAR 52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (JUL 2013) FAR 52.233-2 SERVICE OF PROTEST (SEP 2006) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the lowest priced, responsive, responsible Offeror whose offer conforms to the Government's requirements. (b) 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 offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (AUG 2009) FAR 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) The North American Industrial Classification (NAICS) for this effort is 541519. The estimated date of award for this action is December 12, 2013. Questions/responses shall be submitted via e-mail to Contract Specialist, Eleanor Slocum, e-mail: Eleanor.Slocum@va.gov, with the subject line as the synopsis number, VA118-14-Q-0586. The Points of Contact (POCs) for this action are Eleanor Slocum, Contract Specialist, 732-440-9677or Iris Farrell, Contracting Officer, 732-440-9661.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6dbd10ba50b0a8ffed6765f7fa7cc4d2)
- Document(s)
- Attachment
- File Name: VA118-14-Q-0586 VA118-14-Q-0586_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1102343&FileName=VA118-14-Q-0586-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1102343&FileName=VA118-14-Q-0586-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA118-14-Q-0586 VA118-14-Q-0586_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1102343&FileName=VA118-14-Q-0586-000.docx)
- Record
- SN03241056-W 20131127/131125234534-6dbd10ba50b0a8ffed6765f7fa7cc4d2 (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 |