Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 12, 2000 PSA #2683
SOLICITATIONS

70 -- PROPERTY MANAGEMENT SYSTEM ACQUISITION

Notice Date
September 8, 2000
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (A:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD, 20745
ZIP Code
20745
Solicitation Number
TIRNO-00-R-00042
Response Due
September 15, 2000
Point of Contact
Nicolete Veno, Contract Speialist, Phone 202-283-1232, Fax 202-283-0610, Email nicolete.c.veno@irs.gov -- Michelle Faseru, Contracting Officer, Phone 202-283-1192, Fax 202-283-0610, Email
E-Mail Address
Nicolete Veno (nicolete.c.veno@irs.gov)
Description
The Treasury Inspector General for Tax Administration (TIGTA), through the Internal Revenue Service, is soliciting bids for Property Management System software and related hardware, supplies, training and software licensing/maintenance to consistently input and generate reliable property information for TIGTA financial statement and TIGTA analytical needs, including planning, reporting and performance. 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 in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is a Request for Proposal (RFP) and the Solicitation No. is TIRNO-00-R-00042. The solicitation document and incorporated provisions are in effect through Federal Acquisition Circular 97-19. The resultant contract will be a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) type contract. This acquisition_s Standard Industrial Code (SIC) is 7372 and the Small Business Size Standard is $18 million. The Government_s Guaranteed Minimum is one (1) software package. All software and hardware must be compatible with TIGTA_s computer architecture. Specifically, all software and hardware peripherals must operate on the TIGTA standard desktop, laptop and server computers running Windows NT 4.0, Office and Outlook 98, and Windows NT Server 4.0. Details available in Statement of Work (See Statement of Work on IRS Web page, http://procurement.irs.gov). SQL Server 7.0 compatibility is desired but not required. All database management system licensing other than SQL Server must be provided along with Property Management System software. All software must operate over an Ethernet TCP/IP Wide Area Network supported by the Treasury Communications System (TCS). The Property Management software shall meet a number of general requirements to include: prevention of creation of duplicate property records, provide a historic audit trail that identifies all transactions made to property records including who performed and when the transaction was performed, manage the security of the property system by user, function and property class, a transfer/acknowledge mechanism, produce user defined reports and display records in response to a search based on user-defined parameters (additional details available in Statement of Work). The software shall perform the following property management business functions including Acquisition and Receipt, Management and Control and Accounting for Property. Acquisition and Receipt functions include establishment of pending property records at acquisition and the completion of those records at receipt and inspection. Management and Control functions include physical inventory and inventory reconciliation, periodic inspections, property maintenance and utilization recording, recording of property maintenance and upgrade, transfer, disposition or retirement of property and accountability and responsibility for property, Accounting for Property functions include proper recording of acquisition cost and changes in valuation of property, depreciation computations, accounting for disposal and retirement of property and generation of financial reports. Additional details can be found in the detailed Statement of Work. The license for Property Management Software will be for 100 defined users or for 10 concurrent users of the Property Management software database and allow both a production and development version of the database to support change management as TIGTA goes from 3 property management applications to one. The Property Management database must be SQL, multi-user and Open Data Base Connectivity (ODBC) compliant to permit access from other reporting and analysis tools. Software shall have a facility to bulk load or convert data from existing property record systems. Details of all required functionality are contained in the Statement of Work (See Statement of Work on IRS Web page, http://procurement.irs.gov). In addition to mandatory software requirements, proposed software may meet additional Non-mandatory requirements that add value or lower total cost of ownership to the TIGTA Property Management. Additional deliverables include 50 bar code laser scanning devices to be used as input devices for Property Management software, 2 portable bar code laser scanning devices for physical inventory, training and documentation for a financial systems analyst, programmer and systems administrator, telephone support for problem reporting and software licensing/maintenance for up to 5 years. See Statement of work for all deliverable details. PROPOSAL PREPARATION: Offerors shall prepare proposals in accordance with FAR provision 52.212-01, Instructions to Offerors-Commercial Items, and shall include the following information with the technical portion: (1) Three _Past Performance_ references to include names(points of contact), phone numbers, agency and contract number (2) A completed copy of the provision 52.212-03, Offeror Representations and Certifications-Commercial. Responses that do not contain this information shall be considered non-responsive. EVALUATION: Offerors will be evaluated in accordance with FAR Provision 52.212-2, Evaluation of Commercial Items and award will be in light of the following technical evaluation factors: with the following significant evaluation factors: (1) Ability to meet or exceed the mandatory requirements specific herein subject to sub-factors: General Requirements, Process Requirements (Acquiring/Receiving Property, Managing Property, Property Accountability, Accounting for Property), and TIGTA Requirements; (2) Acceptable past performance; (3) Fairness and reasonableness of proposed price; and (4) Ability to address non-mandatory preferences specific herein subject to sub-factors: Ease of Implementation and Use, Vendor Services and Company/Product Maturity/Stability. Past Performance will be evaluated on a _Pass/Fail_ basis. Past performance which is reported as fair, unsatisfactory or poor is unacceptable and will be rated as _fail_. Past Performance, which is good or excellent, is acceptable and will be rated as _pass_. Offerors with no relevant past performance history will not be evaluated as _pass_ or _fail_. Factor 1, Mandatory Requirements; Factor 2, Non-Mandatory Requirements and Factor 3, Past Performance when combined are significantly more than Factor 4 (Price). Factor 1, Mandatory Requirements, which is the ability of the offeror to meet stated mandatory requirements and Factor 3, Past Performance will be rated on a _Pass/Fail_ basis. Those offerors who receive a _Pass_ rating on Factors 1 and 3 will then be evaluated, on a best value basis for Factor 2, Non-Mandatory requirements. Factor 2, Non-Mandatory requirements are listed below and are of equal importance. Technical scores for the purpose of best value evaluation will be computed by rating each offeror (using a standard rating scale) on their ability to meet each subfactor listed under _Non-Mandatory Requirements_. Factor 4, Price, will be evaluated to determine fairness and reasonableness of price. In accordance with FAR Clause 52.215-1(f)(4), the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Delivery and Acceptance: Delivery or all deliverables shall be completed within thirty (30) days after issuance of a specific tasking. Acceptance shall be within thirty (30) days after delivery of the product. The Offeror will be required to comply with FAR clause 52.212-04, Contract Terms and Conditions_Commercial Items, in its entirety. Under FAR Clause 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders_Commercial Items, the contractor shall comply under paragraph (b) with the following FAR Clauses: 52.203-06, 52.219-14, 52.222-21, 52.222-26m 52.222-35, 52.222-36, 52.222-37, 52.232-33 and 52.227-14 Rights & Data -- General. The Offeror shall submit an electronic copy to Nicolete.C.Veno@irs.gov and/or Michelle.E.Faseru@irs.gov of your technical (Microsoft Word) and price proposal (Excel) as well as an original and two (2) copies of your proposal no later than 2:00pm(EST) September 15, 2000, to the following address: Internal Revenue Service, 6009 Oxon Hill Road, Room 700, Oxon Hill, MD 20745, Attn: Nicolete Veno, Contract Specialist and/or Michelle Faseru, Contracting Officer, A:P:I:E. In the event that there is a discrepancy between the electronic submission of your proposal and the hard copy, the hard copy shall take precedence. All hard copy and electronic submission of proposals must be received in a timely manner (See FAR 52.215-1, Instructions to Offerors _ Competitive Acquisitions). Any questions regarding this notice/solicitation shall be submitted no later five (5) days prior to closing via facsimile on (202) 283-0610 or email to Nicolete.C.Veno@irs.gov.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=TIRNO-00-R-00042&LocID=1764)
Record
Loren Data Corp. 20000912/70SOL008.HTM (D-252 SN494693)

70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index  |  Issue Index |
Created on September 8, 2000 by Loren Data Corp. -- info@ld.com