SOLICITATION NOTICE
D -- Eden Architecture Software and Maintenance Agreement Services
- Notice Date
- 2/19/2009
- Notice Type
- Presolicitation
- Contracting Office
- Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway; Cambridge, MA 02142
- ZIP Code
- 02142
- Solicitation Number
- DTRT57-09-R-20013
- Response Due
- 2/25/2009
- Archive Date
- 5/25/2009
- Point of Contact
- Point of Contact -Donna Brickley, Contract Specialist, 617-494-3661<br />
- Small Business Set-Aside
- N/A
- Description
- The U.S. Department of Transportation, Research and Innovation Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center) intends to award a contract, based on a sole source procurement, to Progressive Software Solutions, Inc. (D.B.A. Promergent and Prosoft) of East Syracuse, New York in accordance with Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source, and no other type of supplies or services will satisfy agency requirements. This proposed action is for commercial services for which the Government intends to solicit and negotiate with only one source under statutory authority 41 U.S.C.253(c)(1), as implemented by FAR 6.302-1. The Government intends to procure, through a firm-fixed-price contract, maintenance and support of Eden Architecture software (proprietary), including Eden Application Development and Deployment Framework software, deployed at the Federal Aviation Administration (FAA). This combined synopsis/solicitation for commercial items is prepared in accordance with the format in FAR Part 12, Subpart 12.6, as supplemented with additional information included in this notice. The Contracting Officer is utilizing policies and procedures prescribed in FAR Part 12, Acquisition of Commercial Items; FAR Part 13.5, Test Program for Certain Commercial Items; and FAR Part 15, Contracting by Negotiation; and as supplemented with additional information included in this notice. The clauses and provisions incorporated in this synopsis/solicitation are those in effect through the Federal Acquisition Circular 2005-29, Amendment-1, effective January 19, 2009. The North American Industry Classification Code (NAICS) is 541511, Custom Computer Programming Services and the Small Business size standard is $23 million. This combined synopsis/solicitation is a Request for Proposal; no other solicitation will be issued. STATEMENT OF WORK (SOW) - (BEGIN) - 1.0 Background. The U.S. Department of Transportation, Research and Innovation Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), in support of its FAA customer, has undertaken program management and support contracting for the Federal Aviation Administration (FAA) WebCM system. The purpose of this SOW is to acquire Eden Architecture (proprietary) including Eden Application Development and Deployment Framework software maintenance agreement services deployed at the FAA. 2.0 Maintenance Agreement Description of Services. The Contractor shall deliver software maintenance, error corrections, software updates, and remote help desk technical support for the Eden Architecture (proprietary) including Eden Application Development and Deployment Framework software deployed by the FAA. There are 4,000 FAA users being supported under this contract. A. Error Corrections: Contractor shall exercise commercially reasonable efforts to correct any error reported by Licensee in the current unmodified release of the software in accordance with the priority level reasonably assigned to such error by the Contractor. If a reported error has caused the software to be inoperable, or the Volpe Center/FAA user's notice to the Contractor states that the reported error is substantial and material with respect to Volpe Center/FAA User's use of the product, the Contractor shall use its reasonable commercial efforts to correct such error or to provide within 24 to 72 hours a software patch or workaround such error. B. Software Updates: Contractor provides, at no additional cost, one (1) copy of, and necessary authorization to copy, new releases of the products. C. Technical Support: Contractor shall provide assistance via Internet, telephone, electronic mail, remote access, and facsimile to all 4,000 FAA users. Users who submit their inquiries via electronic mail will receive an automatic response back that their inquiry has been logged and is being worked. Contractor technical support personnel are available to answer questions related to Contractor's supported products and how they perform with compatible hardware systems. Remote help desk support is available from 9:00 a.m. to 5:00 p.m., Eastern Standard Time, Monday through Friday. Assistance in the development of custom applications for Contractor's products is not included under this contract. In the performance of maintenance services, the Contractor applies priority ratings to problems reported by the Volpe Center and FAA: a. Priority I Errors: Description - Program errors that prevent some function or process from substantially meeting the functional specifications outlined in the user documentation and which seriously affect the overall performance of the function or process and no work-around is known. Contractor Response - Contractor shall promptly initiate the following procedure: (1) assign senior Contractor Technical Support personnel to correct the error; (2) notify senior Contractor Management that such errors have been reported and that steps are being taken to correct the error; (3) commence work to provide Volpe Center/FAA user with a work-around until a final solution is available; (4) provide a final solution as soon as it is property tested and available. b. Priority II Errors: Description - Program errors that prevent some function or process from substantially meeting the functional specifications outlined in the user documentation, but has a reasonable work-around. Contractor Response - Contractor shall provide a work-around to Licensee and shall exercise commercially reasonable efforts to include the fix for the error in the next software maintenance release. c. Priority III Errors: Description - Program errors that prevent some portion of a function from substantially meeting the functional specifications outlined in the user documentation but do not seriously affect the overall performance of the function. Contractor Response - Contractor may include the fix for the error in the next major release of the software. Prior to issuing new releases into the FAA environment, the Contractor will coordinate with the Contracting Officer's Technical Representative (COTR) for this contract and follow procedures designated by the COTR. The Contractor may on occasion need both physical and logical access at all FAA sites where Eden is deployed. When this situation arises, the Contractor shall acquire prior approval from the Volpe Center COTR and shall follow all federal on-site security policies. Electronic access is maintained by a T1 line and the FAA Intranet. The FAA shall provide account access and facilitate the Contractors access to servers and data as needed. 3.0 Technical Environment. The Contractor shall deliver the following: a. Most Current Production Version of Eden Architecture software for the FAA WebCM software application, delivered in electronic copyrighted format (on CD ROM or other commercially available media) for disaster recovery purposes - Delivery within seven (7) calendar days of the Contract Award Date. b. Latest Release of Eden Architecture software - Delivery to production server within 180 calendar days of the Contract Award Date. 5.0 Period of Performance (POP). The POP for the base period shall be from the effective date of the contract award through February 28, 2010. The contract also includes four, 12 month, contract options that may be exercised unilaterally by the Government. 6.0 Monthly Incident Reports and Electronic Records. The Contractor shall deliver electronically via email and by voice mail to the COTR a monthly incident report detailing incidents reported by Eden Architecture software users at FAA/Volpe Center within 15 calendar days, following the end of each month. The report shall include, at a minimum, the following: time and name of initiator, date and time of the incident, date and time the incident was reported, incident description, description of resolution, name of engineer resolving, etc. An up-to-date electronic database of incidence reports will be delivered monthly. STATEMENT OF WORK - (END). PROPOSAL PRICING: The Contractor shall deliver software maintenance, error corrections, software updates, and remote help desk technical support in accordance with the SOW herein for the Eden Architecture software (proprietary) including the Eden Application Development and Deployment Framework software. The number of users that shall be supported is 4,000 concurrent users (Licensees). The Contractor's proposal shall provide pricing software maintenance services for a base period of twelve (12) months, and four (4), twelve (12) month periods as follows: CLIN 0001 - Software Maintenance as described in the Statement of Work (SOW) for the base period of performance (POP) of 2/28/09 through 2/28/10. Quantity: 12, Unit: MO, Unit Price $__________ Amount $__________. CLIN 0002 - Option: Software Maintenance as described in the SOW for the POP of 2/28/10 through 02/28/11. Quantity: 12, Unit: MO, Unit Price $__________ Amount $__________. CLIN 0003 - Option: Software Maintenance as described in the SOW for the POP of 2/28/11 through 2/28/12. Quantity: 12, Unit: MO, Unit Price $__________ Amount $__________. CLIN 0004 - Option: Software Maintenance as described in the SOW for the POP of 2/28/12 through 2/28/13. Quantity: 12, Unit: MO, Unit Price $__________ Amount $__________. CLIN 0005 - Option: Software Maintenance as described in the SOW for the POP of 2/28/13 through 2/28/14. Quantity: 12, Unit Price $__________ Amount $__________. INSTRUCTIONS TO OFFERORS: FAR Provision 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008) is hereby incorporated by reference. All responsible sources may submit a proposal which shall be considered by the Agency. Written proposals shall include a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. A determination not to compete this proposed contract based upon responses to this combined synopsis/solicitation is solely within the discretion of the Government. The Government intends to award a contract without discussions and advises all Offerors to present their best prices in response to the solicitation. NOTE: All contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from the Government. The Offeror's signed offer shall be prepared as either a PDF or Microsoft Word file document (no other format is acceptable) and submitted electronically via email to Donna.Brickley@dot.gov to arrive no later than 2:00 P.M., Eastern Standard Time, on February 25, 2009. Proposals submitted via facsimile or U.S. Mail are not authorized and late responses will not be considered. EVALUATION OF OFFERS: FAR Provision 52.212-2, Evaluation-Commercial Items (JAN 1999) is hereby incorporated by reference. Technical capability, price, and past performance are equal factors in the evaluation of offers. Past performance information will be used for both responsibility determinations and as an evaluation factor. The Offeror shall provide a list of three contracts that it is currently performing or has completed within the past three years and that the Contractor considers the most relevant in demonstrating its ability to perform the proposed effort. An Offeror shall include the following for each contract: Contracting Officer's name, Contracting Officer's agency/firm and address, Contracting Officer's telephone number, description of the work performed under the contract, task order number, period of performance, and total contract value. The Offeror will be given an opportunity to respond to any negative past performance information will be evaluated as received within the specified time frame, the negative past performance information will be evaluated as submitted. If the Offeror has no relevant past performance history, it must affirmatively so state. If the Offeror does not include past performance history or does not affirmatively state that no past performance history exists or can be obtained, the proposal will be rated unacceptable. PROVISION AND CLAUSES: 52.212-3, Representation and Certifications-Commercial Items (JUN 2008), an offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (c) through (m) of this provision. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2008), is hereby incorporated by reference including the following clause as subparagraph (u) FAR Clause 52.217-9, Option to Extend Term of Contract (Mar 2000), fill-ins paragraph (a) 30 calendar days and paragraph (c) 60 months or five years after the date of the contract award. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2008), is hereby incorporated by reference; the following clauses are appropriately checked: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate 1 (Oct 1995); (17) 52.222-3, Convict Labor (June 2003) (E.O. 117555); (18) 52.222-19, Child Labor Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126); (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (20) 52.222-26. Equality Opportunity (Mar 2007)(E.O. 11246); (22) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); (25)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007); (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); (38) 52.232-33, Payment of Electronic Funds Transfer-Central Contractor Regulation (Oct 2003) (31 U.S.C.3332); and (41) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C.552a). ATTENTION: The following notice is provided for informational purposes for Minority, Women-owned, and Disadvantaged Business Enterprises. The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. The maximum line of credit is $750,000 with interest at prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information call 800-532-1169 or visit the website http://osdbuweb.dot.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=03ac5963fe039d8af5e3940adb9f87f3&tab=core&_cview=1)
- Record
- SN01753560-W 20090221/090219221041-03ac5963fe039d8af5e3940adb9f87f3 (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 |