SOLICITATION NOTICE
R -- CONTINUOUS COST-RISK MANAGEMENT ELECTRONIC NETWORK ENVIRONMENT
- Notice Date
- 5/8/2006
- Notice Type
- Solicitation Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- NASA/Goddard Space Flight Center, NASA Headquarters Acquisition Branch, Code 210.H, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- NNH06149443Q-1
- Response Due
- 5/19/2006
- Archive Date
- 5/8/2007
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ)for 1. Development of an electronic method for the communication of cost information between cost disciplines within the Continuous Cost-Risk Management (CCRM) process. 2. Development of an electronic cross-communication network environment where related cost disciplines can share cost information real-time using a specialized software application software. 3. Build on PA&E/Cost Analysis Division (CAD) FY05 efforts to further develop electronic versions of CADRe comprised of Parts A, B&C and building electronic versions of EVM Cost Performance Reports(CPR). The provisions and clauses in the RFQ are those in effect through FAC 01-26. The NAICS Code and the small business size standard for this procurement are 511210 greater than 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA HQ is required within 11 months from ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by 4:30p.m. May 12, 2006 to NASA/GSFC Headquarters Procurement Office, Mail Code 210.H attention, Raymond Jones and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-5 (FEB 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-26. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm NFS 1852.227-86 Commercial Computer Software--Licensing All contractual and technical questions must be in writing (e-mail or fax) to Raymond Jones not later than May 5, 2006. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: understanding of the task, knowledge of acquisition cost management processes between cost disciplines within a continuous cost risk management system, competent in developing and implementing the specialized software, reasonable estimates for task, experience in dealing with earned value management, cost performance reports, cost estimating, cost models, cost risk, cost data collection and database development, experience with integrating software applications and tools, and experience with utilizing internet/intranet technologies for electronic updating, posting and real-time communication. IT IS CRUCIAL THAT OFFERORS PROVIDE ADEQUATE DETAIL TO ALLOW EVALUATION OF THEIR OFFER. (SEE FAR 52.212-1(b)). OFFEROR SHALL SUBMIT AT LEAST 3 PAST PERFORMANCE REFERENCES (RELATIVE TO EXPERIENCE) WITH THEIR QUOTES. Offerors must include at least 2 copies of their proposals. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=04 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=04#120070)
- Record
- SN01044110-W 20060510/060508221132 (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 |