SOLICITATION NOTICE
D -- Web Content Management Software
- Notice Date
- 2/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Office of Naval Research, ONR, CODE ONR-02, 875 North Randolph St., Suite 1425, Arlington, Virginia, 22203-1995
- ZIP Code
- 22203-1995
- Solicitation Number
- N00014-09-Q-0012
- Archive Date
- 3/6/2009
- Point of Contact
- Louis Apicello,, Phone: 703-696-1182, Vera G Carroll,, Phone: 703-696-2610
- E-Mail Address
-
louis.apicello@navy.mil, carrolv@onr.navy.mil
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09 and DFARS Change Notice 20020730. The associated North American Industry Classification System (NAICD) Code for this effort is 511210. This is a full and open competition. The Office of Naval Research, Chief Information Office (ONR/CIO), requires a Web Content Management Tool that would be used to convert the existing websites to a site driven by the web content tool. Implementation of a Content Management Administration System for ONR and ONR-Global Publicly Accessible Websites will provide a user based method to publish and manage web pages in a centralized and collaborative process. This will allow the ability to perform information sharing, as well as, streamline the publications and truly be a resource/productivity multiplier between the commands. ONR/CIO intent is to procure a software web site content management tool. The proposed solutions will be used on a total of three (3) server(s), only one (1) of which may be a primary contribution/authoring server. The two (2) remaining servers may be used as Web Servers, Development Servers, Failover or any other non-primary content authoring role. The license permits a single installation of the s/w per licensed server and allow up to ten (10) concurrent users in the primary content authoring server. Therefore, the contractor will be responsible for providing a Web Content Management System that consist of (1) CMS Enterprise Edition; (2) Newsletter; (3) SharePoint Connector; (4) StatCenter; (5) two (2) extra servers; and (6) a three (3) day on-site training course. The Government intends to competitively award a Firm Fixed Price (FFP) contract that represents the best value to the Government. The Government intends to issue a Purchase Order in accordance with Federal Acquisition Regulation (FAR) Part 12 entitled “Acquisition of Commercial Items”. The Order will contain a twelve (12) month base period and three (3) twelve (12) month options. The options are to provide annual support maintenance and software license renewal. The Government estimate for the base period is $115,000.00 and $22,000.00 for each option year. This is a Government estimate and lower and higher proposals will be considered. Any Offeror who deviates from the Government’s requirement should provide an explanation in their quote package. As soon as the final proposal evaluation process is complete, each Offeror will be notified via e-mail of the Offeror who was selected for an award. The clauses at FAR 52.212-1, Instructions to Offerors-Commercial Items, 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, apply to this acquisition. The additional clauses cited within the last clause cited are applicable: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3 and 252.232-7003. The following additional FAR and DFARs clauses apply: 52.204-7 Central Contractor Registration, FAR 52.217-9 Option to Extend the Term of the Contract (insert “the period of performance” for the notice in paragraph (a) and three (3) years in paragraph (c)), FAR 52.233-3, Protest After Award (AUG 1996) and 252.204-7004 Alternate A. The Offerors’s proposal should consist of a (1) Technical Section; (2) Cost Section; (3) Completed Representations and Certification in accordance with FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items., which are available electronically at: http://heron.nrl.navy.mil/contracts/repsandcerts.htm, and the Offeror must complete the ONR specific representations and certifications found at http://www.onr.navy.mil/02/rep_cert.asp; and (4) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. The technical section should be no more than eight (8) pages and the cost section should be no more than four (4) pages. A contract will be awarded to the responsible Offeror whose offer represents the best value to the Government. Prior to the evaluation of the proposals received in response to this solicitation, Offeror must meet the following minimum requirements. In order to determine which Offeror represents the best overall value, at a minimum, the proposed Web Content Management System must be (1) Approved in the Department of Navy (DoN) Application and Database Management System (DADMS); (2) Approved in the DoD/DoN Functional Area Management System; (3) Compatible with Navy Marine Corps Intranet (NMCI) networks, systems, and applications; and (4) Compatible with Microsoft SharePoint products and technologies sold by Microsoft. After the Government determines that the proposed Web Content Management System meets the minimum requirements, the Offeror’s proposal will be evaluated on (1) Technical Capability - A user based method to publish and manage web pages in a centralized and collaborative process, and allow the ability to perform information sharing, as well as, streamline the publications and truly be a resource/productivity multiplier between the commands. (2) Price. The proposed Web Content Management System will be evaluated in accordance with the requirements and the evaluation criteria stated in this solicitation. The technical section should be written to demonstrate the offeror’s understanding of the technical requirement. Technical and cost are of equal importance. Delivery and acceptance is F.O.B. Destination to Office of Naval Research, One Liberty Center, 875 North Randolph Street, Arlington, VA 22203-1995. The Contract Specialist must receive any questions concerning the RFQ no later than four (4) business days before the response date of this solicitation. An original and three (3) copies of the offeror’s proposal shall be received at Office of Naval Research, 875 North Randolph Street, Attention: Mr. Louis Apicello/Code BD 0251, Room 1269A, Arlington, Virginia 22203-1995 no later than 2:00 P.M. (local time) on Thursday, 26 February 2009. Responses to this RFQ must mailed or hand-delivered. The package should be marked with the solicitation number, due date, and Attention: Mr. Louis Apicello. Offerors are responsible for submitting their responses to this RFQ by the closing date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages destined to government agencies. Due to potential delays in receiving mail, Offerors are encouraged to use alternatives to the mail, such as delivery services, when submitting proposals. Offerors may also hand-deliver their proposals at the mailing address above provided they pre-arrange a time and date prior the closing of the solicitation with the contract specialist, Louis Apicello, at Louis.Apicello@navy.mil or (703) 696-1182. Any responses received after the closing date and time will be considered as a late submission. It is anticipated that an award will be made on or about Thursday, 19 March 2009. Responses to this solicitation should be submitted to Mr. Apicello by 2:00 PM (Eastern Standard Time) on Thursday, 19 February 2009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=41c2168c30f730a6b653590f9e40df11&tab=core&_cview=1)
- Record
- SN01744063-W 20090206/090204221033-41c2168c30f730a6b653590f9e40df11 (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 |