Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2006 FBO #1686
SOLICITATION NOTICE

R -- Technical Support for the Enhanced Logbook Automation System (ELAS), Version 4.2.

Notice Date
7/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-06-D-0022
 
Response Due
7/17/2006
 
Archive Date
9/15/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The solicitation number is W911W6-06-D-0022 and is issued as a Request for Quotations (RFQ). The Aviation Applied Technology Directorate (AATD) intends to award a firm fixed-price, Indefinite Delivery Indefinite Quantity (I DIQ) contract utilizing FAR Part 13, Simplified Acquisition Procedures. This acquisition will be pursued in accordance with FAR 13.106-1(b)(1), soliciting from a single source for purchases not exceeding the simplified acquisition threshold and only one so urce is reasonably available. The intended source is Westar Aerospace & Defense Group, Inc. (Westar) located at 4 Research Park Drive, Saint Charles, Missouri, 63304-5685. Alpha contract negotiations, appropriate for sole source requirements, will be limit ed to Westar. The requirement is to provide technical support for the Enhanced Logbook Automation System (ELAS), version 4.2, to include telephone hotline support, troubleshooting, repair, software installation, upgrades, and training. Westar (formerly COB RO) developed ELAS and has a registered trademark and proprietary rights to its software. No other responsible source has the knowledge to repair, troubleshoot, install, or upgrade ELAS, to include the Dameon Software Utility for ELAS. The anticipated awar d date is July 21, 2006. The overall period of performance for the IDIQ contract is five years with no options. The estimated maximum value of the contract will be $100,000. Individual task orders will be issued. The minimum order value will be $19,000 and will be obligated concurrently with award of the IDIQ contract. The IDIQ contract will be set up as follows: CLIN 0001-Hotline Support per Task 1 of the Statement of Work (SOW); CLIN 0002-On-Site Support per Task 2 of the SOW; and, CLIN 0003-Contractor Ma npower Reporting (CMR) which requires the Contractor to report actual labor hours, dollars, and other information directly from their accounting system to the CMR website https://contractormanpower.army.pentagon.mil. The SOW will include the following: Tro ubleshoot the ELAS software and provide user hotline support for each year. Task 1, Hotline SupportProvide hotline support to ensure successful operation of ELAS and quick resolution of any problems. Establish a field support system via telephone to answe r questions and resolve ELAS problems generated by AATD personnel. Provide an ELAS subject matter expert that is capable of resolving software and technical issues. Support is required eight hours a day from 0800 to 1600, Monday through Friday, excluding F ederal holidays. Provide, as required, fixes or upgrades for the ELAS software, including all executables, and reports used by the ELAS System. Provide AATD with a list of questions received and resolved via the hotline phone support system. Task 2, On-Sit e Support, requires travel to AATD, Fort Eustis, Virginia, to provide on-site technical assistance and/or correct problems that cannot be resolved via the telephone. On-site visits will include sufficient man-hours to troubleshoot, repair, reinstall softwa re (if needed), provide training, review support performance with the contracting officer or designated representative, and check on the ELAS System. Trip reports in letter format within ten working days of trip completion are required. This synopsis/solic itation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-11. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and is incorporated by reference. Please review the clause carefully to ensure that you are submitting all required information with your quotation. In accordance with the clause, Offerors must be actively registered in the Central Contractor Registration prior to award. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following factors shall be used to evaluate offers: 1) Technical capability offered to meet the m inimum requirements; 2) Price; 3) Past Performance showing a proven record of longevity and reliability. Submit at least three relevant references. This acquisition is not set aside for small business concerns. The North American Industry Classification Sy stem Code (NAICS) is 541519, Other Computer Related Services. The small business size standard is $23 million. Offerors are advised to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with you r offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items. The following additional clauses apply to this acquisition: FAR 52.2 47-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; DFARS 252.246-7000, Material Inspection and Receiving Report; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acqui sitions of Commercial Items. The following clauses cited within FAR 52.212-5 apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.2 22-19, Child Labor; 52. 222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (EO); 52.222-35, EO for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer. The following clauses cited within DFAR 252.212-7001 apply: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance o f Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment. The full text o f the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.acq.osd.mil/dp/dars, http://www.arnet. Although this requirement is int ended as a sole source to Westar, all responsible sources may submit a quotation, which will be considered by AATD. Quotations submitted in response to this notice are due no later than July 17, 2006, 2:00 p.m. EST. Quotations shall be submitted to the AAT D, ATTN: AMSRD-AMR-AA-C, Wilma Estrada (Contract Specialist), Building 401 Lee Blvd., Fort Eustis VA 23604-5577 or may be emailed to westrada@aatd.eustis.army.mil. Phone numbers for points of contact are Wilma Estrada (757) 878-5003 or Laurie Pierce (757) 878-3766. Anyone desiring an explanation or interpretation of this synopsis/solicitation must request it in writing at the above mailing or email addresses before the closing date.
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
Country: US
 
Record
SN01084561-W 20060709/060707221209 (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.