SOLICITATION NOTICE
D -- Software and Software Maintenance Services
- Notice Date
- 5/5/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), FTS, 7T-1 Central/SE Texas/Americas, 819 Taylor St., Rm 14A02, Fort Worth, TX, 76102
- ZIP Code
- 76102
- Solicitation Number
- FJT214002T1
- Response Due
- 5/13/2004
- Archive Date
- 5/28/2004
- Point of Contact
- Jill Thomas, Contracting Officer, Phone 817-978-0334, Fax 817-978-0122,
- E-Mail Address
-
jill.thomas@gsa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, 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. This solicitation, number FJT214002T1, is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22. This solicitation is 100% set-aside for small business. The associated SIC code is 7371, NAICS code is 541511 and the small business size standard is not to exceed $21 Million. NOTE: Section 508 does not apply to this requirement. Requirements: The Product Manager (PM), Automated Logistics and Integrated Systems (ALIS) located at Fort Lee, VA, as part of the Project Management Office for Logistics Information Systems (LIS), has a requirement in support of the Integrated Logistics Analysis Program (ILAP), a management information application. The Army has a need for a commercial off-the-shelf (COTS) software product to extend the capabilities of the ILAP through the fielding of additional forward-deployed bi-directional end nodes in an overlay Managed Delivery network. The software is required to provide guaranteed, secure, auditable, automated delivery, bi-directionally via pure HTTPS through Port 443, with intelligent scheduling, adaptive bandwidth management, smart caching, transmission throughput optimization, digital packaging, and autonomic recovery. The software is also required to be interoperable with already-fielded infrastructure and communications standard components, including the Distribution Center and Delivery Servers, and with certain ILAP-specific custom software components, including ILAP-FileRep. The software must be available for standard Windows PCs and servers and must not require any specialized hardware or any additional back-end servers. Specific requirements to support the ILAP architecture are as follows: 60 bi-directional collaborative nodes to include annual maintenance services which receive and transmit data. Annual maintenance service on 25 software specific bi-directional collaborative nodes that are already part of the ILAP infrastructure. Annual maintenance of 2 software specific server sets that are already part of the ILAP infrastructure. Annual maintenance of 1 Distribution Center set that are already part of the ILAP infrastructure. The product that is already part of the ILAP infrastructure is True Delivery software from Radiance Technologies. The Government requires product delivery for the 60 nodes not later than 45 days after issuance of contract, FOB Destination. Product is to be delivered to: CALIBRE Systems, Inc., ATTN: ILAP (Mr. Darrell Davis, 6354 Walker Lane, Suite 500, Metro Park, Alexandria, Virginia 22310-3252 An annual maintenance agreement for the current 25 nodes, additional 60 nodes, 2 server sets and 1 distribution set is required. This annual maintenance agreement should cover one base year plus 4 one-year option periods the Government may exercise. Exercise of options to extend the term of this contract will extend the period of performance through the completion date specified for the option. However, the total duration of this contract, including the exercise of any options, is not anticipated to exceed 5 years. This resultant contract type is Firm Fixed Price. FAR provisions and clauses cited in this solicitation may be accessed through the internet at http://www.arnet.gov/far/. Offerors are directed to the solicitation provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (JAN 2004), which applies to this acquisition and is hereby incorporated by reference. Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (JAN 2004) with its offer. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical capability to meet the Government requirements, (2) Past Experience and (3) Price. Technical and past experience, when combined, are more important than price. Past Experience: The offeror shall provide a narrative of at least one project similar to the solicitation requirements. This experience must have been acquired in the past three (3) years. Provide applicable contract numbers, contract dollar values, description of tasks performed/deliverables, and periods of performance. Each narrative shall also include the name, phone number, and e-mail address of the person who can verify your past experience. The Past Experience factor will be evaluated based on the relevance of the offeror?s past experience compared to the solicitation requirements. The Government may supplement the information you provide with performance information it may obtain from any source including its own experience with your firm (or Subcontractor or Teaming Partner). The clause 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2003), is hereby incorporated by reference. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Apr 2004), is hereby incorporated by reference. The following paragraphs under this clause apply to this solicitation and any resultant contract: (b)(1) 52.203-6, (b)(5) 52.219-6, (b)(7) 52.219-8, (b)(9) 52.219-14, (b)(13) 52.222-3, (b)(14) 52.222-19, (b)(15) 52.222-21, (b)(16) 52.222-26, (b)(17) 52.222-35, (b)(18) 52.222-36, (b)(19) 52.222-37, (b)(21) 52.225-1 (b)(24) 52.225-13, (b)(29) 52.232-33, (b)(32) 52.239-1. Signed and dated offers must be submitted to GSA, Team 7T-1, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Jill Thomas, on or before 4:30 p.m. (CDT), May 13, 2004. Email proposals may be sent to jill.thomas@gsa.gov and facsimile proposals may be submitted to 817-978-0122. For information regarding this solicitation, please contact the Contracting Officer, Jill Thomas, at (817) 978-0334. See Numbered Note 1.
- Place of Performance
- Address: Contractor Facility
- Record
- SN00580659-W 20040507/040505212452 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |