Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2015 FBO #4883
SOLICITATION NOTICE

D -- Combined Synopsis/Solicitation and Notice of Intent to Award Sole Source to U.S. Cost, Inc. for Success Estimator software, maintenance, support, and training.

Notice Date
4/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N3943015R1624
 
Response Due
4/27/2015
 
Archive Date
5/12/2015
 
Point of Contact
Meadow Rivas 805-982-4566
 
Small Business Set-Aside
N/A
 
Description
Naval Facilities Engineering Command (NAVFAC) Expeditionary and Engineering Warfare Center (EXWC), Port Hueneme, CA intends to award an indefinite delivery/indefinite quantity (IDIQ) contract, on a Sole Source basis, to U.S. Cost, Inc., 1200 Abernathy Rd, Atlanta, GA 30328, under the authority of 10 U.S.C. 2304(c)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1 only one responsible source. This is not a request for competitive proposals/quotes. Responsible sources may submit a capabilities statement, which shall be considered by the agency. A determination by the Government not to compete based upon responses to this notice is solely within the discretion of the Government. Questions concerning this notice may be directed to Meadow Rivas at meadow.rivas@navy.mil with a copy to Debra Buckley at debra.buckley@navy.mil. 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. The proposal is being requested and a written solicitation will not be issued. This announcement constitutes the only solicitation. This solicitation, N39430-15-R-1624, is issued as a Request for Proposal (RFP) directly to U.S. Cost, Inc. This requirement is for U.S. Cost proprietary software, maintenance, support, and training services. The maintenance includes software products procured under separate Navy contract(s)s. The DoN must acquire a software maintenance subscription to receive security updates, bug fixes, service packs, and new versions of the software as they become available. In addition, the Information Assurance (IA) requirements specify that we have a current support mechanism in place for any deployed COTS software; specifically, the DoN must have guaranteed access to patches produced in response to security vulnerabilities. The Navy requires an agreement to provide software maintenance to retain its system accreditation and for support of the software licenses it manages on behalf of the DoN. The proposed award is for a single, FFP IDIQ contract, with a period of performance of a base year (one-year period), with an additional four (4) one-year Option periods. The NAICS code is 511210. The prospective offeror is actively registered in the System for Award Management (SAM) at www.sam.gov. The Performance Work Statement (PWS) for the contract is provided as follows: Performance Work Statement Success Estimator Licenses, Maintenance and Support 1.0 GENERAL The Naval Facilities Engineering Command (NAVFAC), Atlantic (LANT) region has a requirement for Success Estimator software licenses, maintenance, support, and training services. 1.1Non-Personal Services: This is a non-personal services contract to provide Success Estimator software licenses, maintenance, help desk support, and training to ensure the product continues to meet the needs of all Services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn, is responsible to the Government. 1.2 508 Compliance: This requirement is for Electronic and Information Technology (EIT) which must meet the accessibility standards established by Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 7941). The specific Technical Standards that apply are Technical Standard: 1194.21 - Software Applications and Operating Systems, and 1194.31 - Functional Performance Criteria. In responding to the RFQ, the offeror must state whether the products offered meet the identified Technical Standards. General information regarding the Section 508 Act can be found at the web site www.section508.gov. 2.0 ORGANIZATION Naval Facilities Expeditionary and Engineering Warfare Center 1100 23rd Avenue Bldg. 1100 Port Hueneme, CA 93043 3.0 SCOPE The contractor shall provide all labor, material, equipment, and services necessary to perform maintenance and enhancement work for Software Maintenance, Software Enhancement, and Software Validation as defined in this Performance Work Statement. The contractor shall perform to the standards in this contract. The Contractor is responsible for achieving the requirements of this PWS based upon their proposed approach and internal processes. This Performance work statement describes the type of work that may be ordered. The Contractor will provide the Government Success Estimator software that will integrate and utilize an array of RS Means data libraries to suit the specific needs of the NAVFAC/Marine Corps facility and engineering functions. The software shall be a fully compatible Microsoft (MS) Windows application, capable of fully integrating multiple databases, decision trees, and cost models used by the Department of Defense. It shall have the ability to fully integrate and manipulate parametric facility models, develop detail line items cost estimates, and access existing government software and databases with the data linkages and custom interfaces created between various applications (i.e. MS Project, MII, PACES). Additionally, the software shall provide for both standardized and customizable reporting, Microsoft Visual Basic macro development/integration, and Open Data Base Connectivity (ODBC). 3.1Licensed Software: The Contractor shall provide both electronic and printed copies of the RS Means data bundles. 3.2Maintenance Agreement: The Contractor shall provide maintenance support for the US Cost Success Estimator application software. Software maintenance includes the analysis, design, coding, testing, and documentation of corrections, changes, and enhancements to the existing application software. 3.3Help Desk: The Contractor shall provide telephone technical support, continuous on-line support via the US Cost website, and email support. The Contractor shall establish and operate a help desk and provide all support required to operate and maintain the system. An answering machine or voice mail service shall be provided to record calls received after regular work hours. The Contractor shall provide an automated call tracking capability to record and track the status of all Help Desk calls. 3.4Training: The Contractor shall provide training support for the Success Estimator application software tailored to NAVFAC/Marine Corps business rules. Training support includes the development and/or updating NAVFAC/Marine Corps training manuals, onsite instruction, and related services. The contractor shall perform to the standards in this contract. The Contractor is responsible for achieving the requirements of this PWS based upon their proposed approach and internal processes. 4.0 PERIOD OF PERFORMANCE The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option years. The period of performance for work ordered will be defined in each individual task order. 5.0 PERFORMANCE REQUIREMENTS The contractor shall provide all labor, material, equipment and facilities to perform the work as described below. 5.1 Success Estimator 5.2 Cost Data 5.2.1 Provide both electronic and printed copies of the RS Means data bundles 5.3 Software Support 5.1.1 Provide technical support via telephone and email. 5.1.2 Provide automated call tracking capability and track the status of all Help Desk calls. 5.4 Training Support 5.4.1 Provide training support for the Success Estimator application including instructor, facility rental and training materials per student. 6.0 DELIVERABLES The contract shall provide the following deliverables. 7.1 Success Estimator 7.2 RS Means data bundles 7.3 Maintenance report 7.4 Instructor Led Training 7.5 Training Materials 7.6 Facility Rental 7.7 Travel 7.0 PLACE OF PERFORMANCE Work will be performed at various locations within the continental United States. 8.0 SPECIAL REQUIRMENTS Contractor personnel working on a training task order associated with this contract shall be U.S. Citizens. 9.0 TRAVEL The contractor shall perform travel as required in the performance of the contract as stated in individual task orders. Travel shall consist of CONUS travel in support of the contract requirements identified within individual task orders. All travel must be approved by the task order COR. To the maximum extent practicable, the Contractor shall minimize overall travel costs by taking advantage of discounted airfare rates available through advance purchase. 10.0 TECHNICAL POINT OF CONTACT The following is the technical point of contact for this contract and associated task orders: Mr. Derek Bowers NAVFAC Atlantic Capital Improvements 6506 Hampton Blvd Norfolk, Virginia 23508 derek.bowers@navy.mil Phone: 757-322-4006 Proposal Requirements (Technical and Price): a.The offeror shall submit their proposal directly via e-mail to Meadow Rivas at meadow.rivas@navy.mil with a copy to Debra Buckley at debra.buckley@navy.mil. b.A completed proposal shall consist of a signed cover letter stating submittal of an offer in response to the solicitation and separate Technical (I) and Price (II) Volumes. (1)Technical Volume shall consist of the sections listed below: Technical Approach: Present a narrative demonstrating your understanding of the scope of the requirement and an overall approach to providing the required services as stated in the PWS. The proposal must be sufficiently detailed and complete to demonstrate an understanding of, and an ability to comply with the requirements of the PWS. The proposal shall include (as applicable): a)Technical approach to items detailed in the PWS (i.e. how will tasks be performed) b)Capabilities (2)Price Volume shall consist of the following: Provide a summary pricing below in the pricing schedule: ITEM NOSUPPLIES/SERVICES U/I QTY AMOUNT 0001BASE YEAR SUCCESS ESTIMATOR MO 12 $_______ 0002OPTION 1 SUCCESS ESTIMATOR MO 12 $_______ 0003OPTION 2 SUCCESS ESTIMATOR MO 12 $_______ 0004OPTION 3 SUCCESS ESTIMATOR MO 12 $_______ 0005OPTION 4 SUCCESS ESTIMATOR MO 12 $_______ TOTAL $_______ In addition to summary pricing, provide a complete price and cost breakdown of summary pricing. The breakdown shall include separate pricing for annual maintenance and support, RSMeans Master Union Data Bundles, RSMeans Facilities Data Bundles, and Training (to include instruction and materials). Price and cost breakdown shall include direct and indirect costs; labor costs, subcontractor proposal costs, material costs, overhead and general and administrative expenses, and profit. Note: Labor rates can be provided separately or fully burdened (including indirect costs) or fully priced(including indirect costs and profit). The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certification - Commercial Items 52.217-5, Evaluation of Options 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ” Representation The following clauses apply to this acquisition: 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 with the following clauses checked: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28 Post Award Small Business Program Rerepresentation; 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; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; and 52.239-1 Privacy or Security Safeguards. 52.216-18 Ordering 52.216-19 Ordering Limitations 52.216-22 Indefinite Quantity 52.227-14 Rights in Data--General 52.227-18 Rights in Data--Existing Works 52.227-19 Commercial Computer Software License 52.227-23 Rights to Proposal Data (Technical) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Work Flow Payment Instructions 5252.201-9300 Contracting Officer Authority 5252.212-9300 Commercial Warranty This requirement is for Electronic and Information Technology (EIT) which must meet the accessibility standards established by Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 7941). The specific Technical Standards that apply are Technical Standard: 1194.21 - Software Applications and Operating Systems, and 1194.31 - Functional Performance Criteria. In responding to the RFQ, the offeror must state whether the products offered meet the identified Technical Standards. General information regarding the Section 508 Act can be found at the web site www.section508.gov. Please send proposal directly via e-mail to Meadow Rivas at meadow.rivas@navy.mil with a copy to Debra Buckley at debra.buckley@navy.mil by 17:00 Eastern/14:00 Pacific on 27 April 2015. For any questions, please contact Meadow Rivas by e-mail. Contracting Office Address: NAVFAC Expeditionary and Engineering Warfare Center (EXWC) Acquisition Department, Port Hueneme, CA Naval Base Ventura County 1100 23rd Ave Bldg. 1100 Port Hueneme, CA 93043-4347 Contract Specialist: Meadow Rivas Email: meadow.rivas@navy.mil (805) 982-4566 Contracting Officer: Debra R Buckley Email: debra.buckley@navy.mil (805) 982-3993
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0fd3f5c8a1e12e79ae13f2fb5cb3acee)
 
Record
SN03690503-W 20150408/150406234927-0fd3f5c8a1e12e79ae13f2fb5cb3acee (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.