|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1997 PSA#1781DISA/DITCO/DTS6 2300 East Drive Scott AFB IL 62225- 5406 D -- COTS SOFTWARE SOL DCA200-97-R-0059 DUE 022597 POC Contact, Debi
Santoro, 618-256-9710 Synopsis number 97050. (i) This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR 12.6, as supplemented with additional information
included in this notice. This announcement constitutes the only
solicitation; proposals are being requested and a written solicitation
will not be issued. (ii) DCA200-97-R-0059. This solicitation is a
Request for Proposal(RFP). (iii) The RFP document and incorporated
provisions and clauses are those in effect through FAC 90-45 and DAC
91-11. (iv) This RFP is issued under Full and Open Competition. SIC
Code 7372, Prepackaged Computer Software applies. Size Standard $18.0M.
(v) Provide a price for each of the following items. Requirement
description is set forth in para (vi) below. CLIN 0001, Perpetual Site
License for COTS Software Product CLIN 0001AA, Initial Site License,
Unlimited Users, 1 Each CLIN 0001AB, Subsequent Site License(s),
Unlimited Users, 1 Each (optional) CLIN 0002, Perpetual Site License
Upgrades/Enhancements CLIN 0002AA, Initial Site License, 1 Each
(optional) CLIN 0002AB, Subsequent Site License(s), 1 Each (optional)
CLIN 0003, Documentation CLIN 0003AA, Initial Site License, Unlimited
Users, 1 Lot CLIN 0003AB, Subsequent Site License(s), Unlimited Users,
1 Lot (optional) CLIN 0004, Consulting Services, 1 Hour (optional)
CLIN 0005, Training, 1 Hour (optional) (vi) Description of Requirement:
(a) DISA has a requirement for acquiring a modern provisioning and
billing system, based on best commercial business practices. The system
is needed to support the modernization and implementation of DISAs
product and service offerings. The requirement is for a Commercial-off-
the-Shelf (COTS) software product which shall be fully integrated and
provide the following functions: (1) Catalog of Services. There shall
be an electronic catalog that contains the capability to display DISAs
products and services. Each catalog entry shall contain a description
and the price the customer will pay for the product or service.
(2)Order Entry. Customers shall be able to remotely obtain information
on products and services, request quotes, and/or place orders,
electronically. The customer ordering process shall be user friendly,
rapid, and efficient requiring a minimum amount of information of the
requester. (3) Funding Approval. The system shall have the capability
of holding an order until funding has been approved. (4) Access and
Data Security. The system shall have robust security capability that
permits granting/restricting access to DISA-specified functions and to
prevent unauthorized access to data. (5) Inventory. The system shall
be capable of maintaining both physical and logical inventories.
Inventory includes both deployed assets and those in warehouses, in
transit, etc. The product shall update the inventory as orders are
filled. The system shall also have the capability of graphically
displaying the physical and logical assets. (6) Customer Billing. The
system shall have the ability to bill customers for DISA products and
services. It shall be able to integrate a variety of static and
real-time information from various sources such as commercial
providers, network management systems, and other automated systems. As
orders are filled and service is activated, billing shall be triggered
automatically. On-line billing information is also required. (7)
Invoice Reconciliation. The system shall have the capability to
reconcile vendors invoices with services and products delivered to DISA
customers. (8) Status Reporting. The system shall have a comprehensive,
on-line status reporting capability. The customer and DISA shall be
able to ascertain the status of all orders, both pending and
operational at every phase of implementation and operation. (9) Growth
Potential. The system shall have the ability to accept growth in the
number of orders accepted and in the types of technology and/or
services that may be ordered through this process. In addition, growth
potential includes the products ability to handle periodic surges in
theseareas. (10) Management Analysis Needs. The system shall provide
information to be used in management analyses. Information that is
pertinent for management analyses may include trends, order history, or
other metrics that may be applied to the evaluation of the provisioning
or other process. (11) System Interfaces. It is imperative that the
product interface with other DISA and Contractor systems/processes to
allow the transfer of information pertinent to the management of
services and assets. These systems may include DISA network management
(REMEDY and Net-Expert), DS/BWM-C provisioning system, DISN
transmission service providers, and Government Financial and Billing
Systems (12) Year 2000 Compliance. The product shall be Year 2000
Compliant. (13) Authorized Users. DISA and all DISA customers shall be
authorized users of the software. (14) Documentation. The vendor shall
provide copies of all relevant user manuals and sample reports. (15)
Software Upgrades and Enhancements. Under the perpetual site
licenseenvisioned for this product, support of the product shall
consist of regular releases to support new technology, improve
performance, migrate to more modern platforms, and incorporate
enhancements. (16) Life Cycle Support. The product shall support a wide
variety of services for the implementation of both the process and
tools. Support services include participation in user groups, and
evaluation and implementation of customer, user, and industry
requirements as technologies change or advance. (b) The following
optional services may be required: (1) Consulting Services. The vendor
shall provide consulting services that will enable DISA to tailor the
product (via tables, user exits, and profiles) and develop user
procedures. The vendor shall design and perform the initial build of
the database. In addition, the vendor will recommend implementation
parameters and naming conventions based on best commercial practices.
The vendor will assist DISA in interfacing the product to commercial
suppliers and other automated systems. The vendor shall also assist
DISA in the conversion of the product to operate with new/different
operating systems and/or database management systems. Consulting
services includes software installation services. (2) Training. The
vendor shall provide training on the product at Government-specified
locations, worldwide. Training classes will be customized to the
profiles, catalog of services, database conventions, and procedures
adopted by DISA and will be tailored to the various user communities
that will use the product. The vendor shall supply user manuals and
hands-on workshops. (c) In the event the contractor is required to
travel in performance of the optional consulting services or training,
the Government will issue Invitational Travel Orders (ITOs). (vii)
Deliver CLINs 0001AA and 0003AA to DISA/D2, Gayle Wix, 5111 Leesburg
Pike, Skyline #5, Suite 900, Falls Church VA 22041 within 14 days after
contract award. Deliver Optional CLINs 0001AB, 0002, 0003AB, 0004 and
0005 as mutually agreed during the life of the contract. (viii) FAR
52.212-1 applies to this acquisition. 52.212- 1(b)(4): Offerors shall
submit existing product literature and software license in lieu of
unique written technical proposals. 52.212-1(b)(10): Provide
information on the last 6 contracts and subcontracts completed during
the past 3 years and all contracts and subcontracts currently in
progress. (ix) FAR 52.212-2 applies to this acquisition. (a) Evaluation
factors and their relevant order of importance are: (i) technical
capability of the item offered to meet the Governments requirement
described in para (vi) above, (ii) past performance, and (iii) price.
(x) Proposals shall include a completed copy of the provisions at FAR
52.212-3 and DFARS 252.212-7000, 252.225- 7000 and 252.247-7022. (xi)
FAR 52.212-4 applies to this acquisition. 52.212-4(a): The Government
will accept the software following successful implementation and
testing. Implementation consists of initial installation of the
unmodified COTS software productand standard tailoring/customization.
Implementation is anticipated to take 90 days. Following successful
implementation, testing shall begin. Successful testing constitutes 30
consecutive days during which the customized COTS software product is
fully operational. (xii) FAR 52.212-5 applies to this acquisition --
52.212- 5(b): The following additional FAR clauses apply to this
acquisition: 52.203-6; 52.203-10; 52.219-8; 52.222-26; 52.222-35;
52.222-36; 52.222-37. (xiii) Additional requirements. (1) The following
quantities shall be used for evaluation purposes only: (a) CLINs 0001AA
and 0003AA, 1 Ea in Year 1. (b) CLINs 0001AB and 0003AB, 1 Ea in Year
1 and 3 Ea in Year 2. (c) CLIN 0002AA, 1 Ea in both Years 2 and 3. (d)
CLIN 0002AB, 1 Ea in both Years 2 and 3 and 3 Ea in Year 3. (e) CLIN
0004, 300 Hrs in Year 1, 200 Hrs in Year 2, and 50 Hrs in Year 3. (f)
CLIN 0005, 400 Hrs in Year 1 and 200 Hrs in Year 2. (2) Any contract
awarded as a result of this RFP shall be for one year with two one year
options.(3) In the event the contractor is required to travel in
performance of optional CLINs 0004 and 0005, the Government will issue
Invitational Travel Orders (ITOs). (4) FAR 52.217-7 applies to this
acquisition. Options may be exercised with 30 days notice. Optional
CLINs may be exercised an unlimited number of times. (5) FAR 52.217-9
applies to this acquisition. 52.217-9(a): Option may be exercised
before contract expiration provided 30 day preliminary written notice
is provided versus 60 days notice. (6) Contract type will be firm fixed
price. All unit prices are firm fixed priced. Optional CLINs 0004 and
0005, if exercised, shall be firm fixed price after mutual agreement on
labor hours. (7) DFARS 252.212-7001 applies to this acquisition.
252.212-7001(b): The following additional DFARS clauses apply to this
acquisition: 252.225-7001; 252.227-7015; 252.227-7037; 252.233-7000;
252.247-7024; and 252.249-7001. (8) Offeror shall also submit an
alternate proposal which provides prices for the current commercial
structure for limited site licenses based on adding users in
increments. These prices shall follow the format of CLINs 0001 through
0003 in para (v) above, i.e., initial and subsequent site licenses,
upgrades/enhancements, and documentation. Prices for limited licenses
shall be evaluated using the same assumptions set forth in (xiii)(1)
above. In addition, the Government will assume, for evaluation
purposes, acquiring a license to support a total of 1000 users, 250
concurrent. Award will be made for either unlimited or limited use
licenses, not both. (9) FAR 52.215-41 applies to this acquisition.
Offerors do not need to submit the information required by this clauses
with initial offerors. However, the offeror may be requested to provide
this information after receipt of offers and prior to award of any
contract. (xiv) DPAS. Not applicable. (xv) CDB Numbered Notes. Not
applicable. (xvi) Offers are due in an original and 1 copy no later
than 25 February 97, 3:00 pm local to DITCO/DTS6, Debi Santoro, 2300
East Dr, Scott AFB IL 62225. Also provide 6 copies of offers to Gayle
Wix at the address in paragraph (vii) above. This requirement applies
to both the primary and alternate proposals. (xvii) Contact Debi
Santoro, 618-256-9710 (voice) 618-256- 9592 (fax) for information
regarding this RFP. (0041) Loren Data Corp. http://www.ld.com (SYN# 0041 19970212\D-0012.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|