Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2010 FBO #3133
SOLICITATION NOTICE

D -- RetrievalWare/Fast Software Maintenance and License Renewal

Notice Date
6/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1074874-10-DH
 
Archive Date
7/16/2010
 
Point of Contact
Debbie Hammond, Phone: (301) 827-7157
 
E-Mail Address
deborah.hammond@fda.hhs.gov
(deborah.hammond@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis /solicitation for commercial items prepared in accordance with FAR 12.6 and FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-41. This is a Small Business set-aside. The NAICS code is 511210. The small business size standard is 25M This is a firm fixed price contract. The contractor shall provide software support and maintenance renewal for RetrievalWare Software Support and Maintenance for the following: 0001 - Software Support and Maintenance on a RetrievalWare Enterprise License for unlimited servers and 10,000 users. Serial # R00000003159; 0002 - Upgrades and patches for the RetrievalWare System including Documentum Synchronize, Spider 2, and RDBMS bridge. Serial Number R00000000865; and 0003 -Direct access to FAST technicians to support Tier 1, Tier 2, and Tier 3 maintenance for system development and coding issues related to the software and upgrade/patch modifications. Period of performance will be September 30, 2010 through September 29, 2011 for the Base Year, plus three (3) one year option periods. All years are to be separately priced for quote submission and based on the following: Statement of Work (SOW) 1. Background The U. S. Food and Drug Administration (FDA) intend to procure Retrieval Ware/FAST software licenses and include annual maintenance of FDA current software incenses. Annual maintenance includes product updates, patches and technical support from FAST technicians related to coding changes and specific code implementations at the FDA via Internet and telephone. FDA currently utilizes RetrevalWate/FAST Standard Support for several production systems that are critical applications to the mission. 2. Objectives FDA intend to procure for FDA, at a fixed price, RetrievalWare/FAST Standard Support annual maintenance and licensing, for a base year plus 3 one year option periods The FDA is required to keep systems operating and require FAST technicians to assist in code changes when patches and upgrades are received. This includes Tier 1, Tier, 2, and Tier 3 services directly with FAST technical support. The work performed under this contract shall support the FDA's goal to maintain critical standard desktop use for FDA personnel. 3. Scope The contractor shall provide on-going maintenance support of FAST/Retrievalware software, including software patches and upgrades and FAST development support expertise. 4. Specific Tasks/Deliverables The contractor shall provide Retrieval Ware/FAST Standard Support annual maintenance according to the tasks specified below: Additionally, the software distribution requirements include: • Distribute FAST/Retrieval Ware patches for custom system implementations necessary to maintain any existing warranties or maintenance agreements and do not infringe on copyrights. • FDA access to FAST/Retrieval Ware internal technical resources to support system implementations as they relate to specific patches and upgrades. • Access to FAST proprietary tools developed to assist with troubleshooting and problem diagnosis in the shortest time. Services Product Release Name 0001 One Year renewal for Retrieval Ware Enterprise Licenses for unlimited servers and 10,000 users. Serial Number R0000003159 0002 Upgrades and patches for the Retrieval Ware System including Doumentum synchronizer, spider 2, and RDBMS Serial Number R00000000865 0003 Direct Access to FAST technicians to support Tier 1, Tier2, and Tier 3 maintenance for syst3em development and coding issues related to the software and upgrades/patch modification 6. Period of Performance The Period of Performance is a base period plus 3 one year options periods as follow: Base Year: September 30, 2010 through September 29, 2011 Option Year 1: September 30, 2011 through September 29, 2012 Option Year 2: September 30, 2012 through September 29, 2013 Option Year 3: September 30, 2013 through September 29, 2014 7. Reporting Requirement/Delivery Schedule Deliverables and schedule will be coordinated by the Contracting Officer Technical Representative (COTR). Upgrades and maintenance requirements will be coordinated between the contractor and the COTR. 8. Security This Statement of Work (SOW) does not require the contractor to (1) develop, (2) have the ability to access, or (3) host and/or maintain a Federal information system(s). 9. Other Pertinent Information or Special Considerations The Contractor must have knowledge of the 508 standards when performing the work HHSR 352.270-19 Electronic and Information Technology Accessibility (January 2006) Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) as amended by Public Law 105-220 under Title IV (Rehabilitation Act Amendments of 1998), all Electronic and Information Technology (EIT) developed, procured, maintained, and/or used under this contract shall be in compliance with the ‘‘Electronic and Information Technology Accessibility Standards'' set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the ‘‘Access Board'') in 36 CFR part 1194. The complete text of Section 508 Final Standards can be accessed at http://www.access-board.gov/sec508/standards.htm to ensure that documents generated as part of the tasks are fully Section 508-accessible using the available COTS tools. The following standards apply to this requirement. Standard 1194-21, 1194.22, 1194.23, 1194.24, 1194.25, 1194.26, 1194.31 and 1194.41. 10 Evaluation of Award FAR 52.212-1, Instructions to Offerors - Commercial (June 2008), 52.212-2, Evaluation - Commercial Items (Jan 1999) applies to this solicitation. To determine its technical merit, each quotation will be evaluated against the technical capability set forth above. The following factors shall be used to evaluate the offers the requirements in the Statement of Work as stated above. The basic of award shall be made on the lowest evaluated price quotation meeting or exceeding the acceptability standards for non-cost factors. Past Performance- An evaluation of offeror's past performance information will be conducted subsequent to the technical evaluation. However, this evaluation will not be conducted on any offeror whose proposal would not be selected for award based on the results of the evaluation technical factor other than past performance. The evaluation will be based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The lack of a relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. Offerors shall submit the following information as part of their technical proposal. A list of the last 3 contracts completed during the past three years and the last three contracts currently being performed that are similar in nature to the solicitation work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Include the following information for each contract or subcontract listed: 1) Name of Contracting Organization 2) Contract Number (for subcontracts, provide the prime contract number and the subcontract number) Contract Type 4) Total Contract Value 5) Description of Requirement 6) Contracting Officer's Name and Telephone Number 7) Program Manager's Name and Telephone Number Offerors may provide information on problems encountered on the identified contracts and the offeror's corrective action. The offeror shall submit comparable information on all subcontractors that the offeror proposed to perform a major subcontract under this effort. For the purpose of this solicitation, a major subcontract' is defined as a subcontract over $550,000. The Government will contact each reference by phone to verify information past performance references. The Government may use the NIH Contractor Past Performance System, technical personnel, or contact other government agencies. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. Offeror shall include a completed copy of the provision FAR 52-212-3 Offeror Representations and Certifications- Commercial Items (Aug 2009) which can be accessed electronically from the INTERNET at the following address: https://orca.bpn.gov. Offerors responding to this RFQ must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/ FAR 52-212-4 Contract Terms and Conditions- Commercial Item (March 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (April 2010) applies and these clauses are hereby incorporated into this contract by reference FAR 52-217-8 Option to Extend Services (NOV 1999), FAR 52-217-9 Option to Extend the Term of the Contract (MAR 2000) 52.227-19 Commercial Computer Software License (Dec 2007). 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 627(s)(4); 52.219-14, Limitation on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14);); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212); (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); 52.222-50, Combating Trafficking in Persons (Feb 2009); 52.225-5; Trade Agreements (Nov 2007) (19 U.S.C. 2501); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332); Offerors may submit questions to Debbie Hammond via email at dhammon1@oc.fda.gov. Please reference the specific area and location in the statement of work when asking a question. All questions must be submitted not later than 12:00 pm Eastern Time on June 29, 2010. All responsible sources that can provide and meet the above requirement shall submit a written quotation. Quotations must be received by July 1, 2010, 10:00 a.m. Eastern Time via email to dhammon1@oc.fda.gov. If you have any questions regarding this announcement please contact Debbie Hammond at 301-827-7157.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1074874-10-DH/listing.html)
 
Place of Performance
Address: DHHS/FDA/OC, 2094 Gaither Road, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN02183666-W 20100623/100621235159-66e86b7d103fca912000decd1bfa0757 (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.