SOLICITATION NOTICE
70 -- Madymo Software Subscription and Renewal
- Notice Date
- 11/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- TACOM Contracting Center (TACOM-CC), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- W912CH08009
- Response Due
- 11/15/2009
- Archive Date
- 1/14/2010
- Point of Contact
- Jared Chambers, 586-574-9672
- E-Mail Address
-
TACOM Contracting Center (TACOM-CC)
(jared.chambers1@us.army.mil)
- 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; proposals are being requested and a written solicitation will not be issued. Combined Synopsis and Solicitation W912CH08009: Madymo Software Subscription and Renewal I.INTRODUCTION A.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the FAR Subpart 12.6, 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. US Army TACOM Contracting Center proposes to award a firm fixed price contract for Madymo Software Maintenance and Renewal. B.The combined synopsis and Request for Quotation (RFQ) number is: W912CH08009. C.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, effective 12 Jun 2008. D.The NAICS code applicable to this acquisition is 511210 with a size standard of $25.0M. E.Award is intended to be completed by 16 November 2009 and delivery of the software is expected by 20 November 2009, 2009. The base period of performance for software maintenance and support for the associated software delivered will be for twelve (12) months beginning by 20 November 2009 and ending 19 November 2010. Option year 1 period of performance for software and support will be for twelve (12) months beginning by 20 November 2010 and ending 19 November 2011. Option year 2 period of performance for software and support will be for twelve (12) months beginning by 20 November 2011 and ending 19 November 2012. Quotes must include individual pricing for option years one and two. F.Basis for award will be based on the best value and what is deemed acceptable by the Government. II.GENERAL A.The United States Army in Warren, Michigan has a requirement for the following: Software Maintenance & Support Renewal QTYDESCRIPTION 150 TokensMadymo Tokens Unclassified 150 TokensMadymo Tokens Classified Option Year 1 QTYDESCRIPTION 150 TokensMadymo Tokens Unclassified 150 TokensMadymo Tokens Classified Option Year 2 QTYDESCRIPTION 150 TokensMadymo Tokens Unclassified 150 TokensMadymo Tokens Classified B.Delivery and Acceptance: Delivery and Acceptance will be FOB destination. Ship To: 6501 E. Eleven Mile Road Warren, MI 48379-5000 C.This acquisition is unrated under the Defense Priorities and Allocations System (DPAS). D.Submittal Instructions: TACOM reserves the right to seek clarification on any aspect of your quotation. E.All quotations must be received by TACOM no later than 11:00 AM-EST, 16 NOV 2009. Quotations shall be submitted via the ASFI Bid Response System or emailed to jared.chambers1@us.army.mil to be considered for award. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required in the Central Contractor Registry (CCR) database prior to receiving an award of a contract. Refer to website www.ccr.gov for registration information. F.Questions shall be requested via email, addressed to Jared Chambers, at jared.chambers1@us.army.mil. III.SOLICITATION PROVISIONS AND CONTRACT CLAUSES The following clauses from the Federal Acquisition Regulation (FAR) apply to this synopsis/solicitation: Complete text of FAR and DFARS provisions and clauses can be accessed at: Federal Acquisition Regulation (FAR): http://farsite.hill.af.mil/vffar1.htm Department of Defense FAR Supplement (DFARS): http://farsite.hill.af.mil/VFDFAR1.HTM The listed provision or clauses require contractors to fill-in the necessary information applicable to this solicitation and be included with quote: 52.212-3 52.219-1 52.225-2 52.204-7, CCR Registration 52.212-1, Instructions to Offerors -- Commercial Items 52.212-2, Evaluation Commercial Items 52.212-3, Offeror Representations and Certifications -- Commercial Items - ALTERNATE I 52.212-4, Contract Terms and Conditions -- Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. (Items (b): 7, 17, 18, 19, 20, 21, 23, 34, 38) 52.214-34, Submission of Offers in the English Language 52.214-35, Submission of Offers in U.S. Currency 52.217-5, Evaluation of Options 52.217-9, Option to Extend the Term of the Contract 52.227-19, Commercial Computer Software License 52.229-3, Federal, State, and Local Taxes 52.232-1, Payments 52.232-8, Discounts for Prompt Payment 52.232-11, Extras 52.232-17, Interest 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-2, Service of Protest 52.233-3, Protest After Award 52.233-1, Disputes 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. Destination 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) 52.249-8, Default (Fixed-Price Supply and Service) 52.252-5, Authorized Deviations in Provisions 52.252-6, Authorized Deviations in Clauses The following clauses from the Defense Federal Acquisition Regulation (DFAR) apply to this synopsis/solicitation: 252.211-7003, Item Identification and Valuation ALTERNATE I 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Items (b): 1, 5) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.246-7000, Material Inspection and Receiving Report Additional TACOM Contracting Center-Warren clauses: 52.211-4000, Marking of Shipment (JUL 2008) All packages must be marked with the contents and TACOM Contract/Order Number. Failure to properly mark all shipments may result in delayed payment and possible rejection of invoices and/or shipments. 52.232-4000, Contracting Officer's Authority (APR 2006) The Contracting Officer is the only person authorized to approve additions or changes in any of the requirements under any contract, resulting from this solicitation, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event that the contractor effects any change at the direction of any person other than the Contracting Officer, such change shall be solely at the risk of the contractor. (See General Provision, entitled: Notification of Changes, FAR 52.243-7 or paragraph (c) of FAR 52.212-4). 52.232-4007, Wide Area Work Flow (WAWF), Codes and Designated Acceptors (APR 2008) USE THE FOLLOWING CODES TO ROUTE YOUR INVOICES THROUGH WAWF: "To be determined (TBD) The WAWF system will prompt for additional e-mail submission after clicking Signature. The following additional e-mail submissions are required: "Primary Acceptor Name: (TBD) "Primary Acceptor e-mail: (TBD) "Alternate Acceptor Name: (TBD) "Alternate Acceptor e-mail: (TBD) WAWF Invoicing Procedures: Invoices will be submitted electronically through DFAS payment automated system Wide Area Work Flow (WAWF). Contractors, when requesting payment for your contract in WAWF, please submit as a combo, not an invoice. In addition, when requesting payments, the contractor can notify the Acceptor by clicking SEND MORE E-MAIL NOTIFICATIONS and entering the Acceptors e-mail address. Training is available at http://www.wawftraining.com/. The paying office DoDAAC and mailing address is located on the first page of the award. To track the status of your invoice, click on the link, Pay status (myInvoice-External link) at the bottom of the left-hand menu. TACOM-Warren uses WAWF-RA (Receipt and Acceptance) to electronically process vendor requests for payment. (See DFARS clause 252.232-7003, entitled Electronic Submission of Payment Requests and Receiving Reports). Under WAWF-RA, vendors electronically submit (and track) invoices, and receipt/acceptance documents/reports. Submission of hard copy DD250/invoices is no longer acceptable for payment purposes. The contractor shall register to use WAWF-RA at https://wawf.eb.mil There is no charge to use WAWF. Direct any questions relating to system setup and vendor training to the Help Desk at Ogden, UT at 1-866-618-5988. Web-based training for WAWF is also available at http://www.wawftraining.com/ To obtain payment, WAWF requires the contractor to input/indicate the various DoDAAC (Department of Defense Activity Address Code) codes that apply to the acquisition. These codes can be found on the cover page of contracts/orders as described below. Also, contractors must ensure to include the purchase request number in the line item description. This number can be found under the line item description on the order/contract. (Type of Invoice: If this contract calls for contractor submission of a Material Inspection and Receiving report by virtue of the inclusion of the clause at DFARS 252.246-7000, Material Inspection and Receiving Report, use a combo Invoice and Receiving Report. If this DFARS clause is NOT in the contract, use a two-in-one invoice as described in WAWF.) If your paying office is Columbus, direct any payment-related questions to the Defense Finance Accounting Services (DFAS) Columbus at 1-888-756-4571. Please have your order number and invoice ready when calling about payment status. If your paying office is other than Columbus, contact your contract administrator for the customer service phone/fax numbers. 52.239-4002, 508 Compliance (NOV 2006) Under Section 508 (29 U.S.C. 794d), Federal agencies must give disabled employees and members of the public access to information that is comparable to the access available to others. Section 508 requires that Federal agencies electronic and information technology is accessible to people with disabilities. All hardware and software purchased under this contract must be Section 508 compliant. If the deliverables are deemed non-compliant, it is the responsibility of the contractor to make it compliant, at the cost of the contractor. Refer to the following website for more about Section 508: http://section508.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/19207cf0446b8559c7a054dcb57ad643)
- Place of Performance
- Address: TACOM Contracting Center (TACOM-CC) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
- Zip Code: 48089-5000
- Zip Code: 48089-5000
- Record
- SN02000225-W 20091108/091107000603-19207cf0446b8559c7a054dcb57ad643 (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 |