SOLICITATION NOTICE
70 -- ProModel Software Maintenance
- Notice Date
- 12/9/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- MICC - Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
- ZIP Code
- 66027-1417
- Solicitation Number
- W91QF4-14-T-0018
- Response Due
- 12/13/2013
- Archive Date
- 2/7/2014
- Point of Contact
- Cheryl Huettel, 913-684-1897
- E-Mail Address
-
MICC - Fort Leavenworth
(cheryl.l.huettel.civ@mail.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. Fort Leavenworth, KS has a requirement for ProModel Software Maintenance on 5 licenses. The quotes will be evaluated in accordance with FAR Part 13. An award will be made to the offeror that provides the best value to the government. This is a sole source procurement under Acquisition of Commercial Items (FAR 12), and Other Than Full and Open Competition (FAR 6.302-1). THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES, however; any firm that believes it can meet the requirements may give written notification to the Contracting Office by 16:00 p.m. Central Time on 13 December 2013. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirements listed above. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion for the Government. If no responses are received, the Government will proceed with the sole source negotiation. Responses are due 13 December 2013 16:00 p.m. Central Time. Responses shall be submitted via e-mail to cheryl.l.huettel.civ@mail.mil. Telephone requests or inquiries will not be accepted. The solicitation number is W91QF4-14-T-0018 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. This is intended as a Sole Source Award so there is no Applicable Set Aside. Contract Line Item Numbers (CLIN) are as Follows: CLIN 0001- ProModel Software Maintenance Quantity: 1 year period of performance CLIN 0002- Option Year 1 - Annual Support and Maintenance. Quantity: 1 year period of performance CLIN 0003- Option Year 2 - Annual Support and Maintenance. Quantity: 1 year period of performance CLIN 0004- Option Year 3 - Annual Support and Maintenance. Quantity: 1 year period of performance CLIN 0005- Option Year 4 - Annual Support and Maintenance. Quantity: 1 year period of performance Requirement Description: PERFORMANCE WORK STATEMENT (PWS) ProModel Software Maintenance TRADOC ANALYSIS CENTER - FORT LEAVENWORTH 1. Objective. To acquisition software maintenance for 5 ProModel software licenses (Professional SP4 - V 8.6.2.1036). 2. Background. The TRADOC Analysis Center (TRAC) conducts studies and analysis supporting senior Army decision making requiring simulation based course of action analysis. ProModel is being used to support a specific study and utilized by numerous study partners. 3. Required Tasks. The ProModel Maintenance Contract shall include the following: a. Automatic no cost software upgrades and product enhancements for ProModel Software for the entire Period of Performance. b. Access to Technical Support for ProModel Software. Technical Support must be available from 8:00 a.m. to 6:00 p.m. CST. c. A quantity of 4 (per contract period) appointment based Application specific strategy reviews with a Senior Application Specialist. d. Exclusive customer access to the Customer Support area of ProModel's website www.promodel.com e. Subscription to the ProModel's quarterly electronic newsletter. f. Access to the ProModel library of Training Webinars. g. One (per contract period) Lunch & Learn. A one hour session held on-site to discuss how ProModel technology can add value to the organization. 4. Compatibility and Interoperability. The ProModel software maintenance must be compatible with all required tasks and ProModel software version Professional SP4 - V 8.6.2.1036. 5. Schedule for Delivery. The contractor shall complete all tasks as needed or as agreed upon with TRAC-FLVN government technical representative by 11/30/2014. The Period of Performance will be for one (1) year (base period). It is possible that up to four (4) one-year options may be exercised by the Government. 6. Government-furnished support. The government will provide access to the facility as needed. DELIVERY INFORMATION: CLIN DELIVERY DATE SHIP TO ADDRESS 0001 01-JAN-2014 TO 30-NOV-14W800XR W4AE TRADOC ANALYSIS CTR 255 SEDGWICH FORT LEAVENWORTH KS 66027 913-684-9973 FOB: Destination 0002 POP 01-DEC-2014 TO 30-NOV-2015(SAME AS PREVIOUS LOCATION) FOB: Destination 0003 POP 01-DEC-2015 TO 30-NOV-2016(SAME AS PREVIOUS LOCATION) FOB: Destination 0004 POP 01-DEC-2016 TO 30-NOV-2017(SAME AS PREVIOUS LOCATION) FOB: Destination 0005POP 01-DEC-2017 TO 30-NOV-2018(SAME AS PREVIOUS LOCATION) FOB: Destination Provisions and Clauses: The Provision at FAR 52.212-1 Instructions to Offerors--Commercial Items (JUL 2013) applies to this acquisition. The Provision at FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) is applicable. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The following are the selection criteria in order of importance: 1) Technical 2) Past Performance 3) Price Technical and past performance, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Please see attachment for fillable copy of Provision. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2013) applies to this acquisition. It states: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.217-8, Option to Extend Services (NOV 1999) 52.217-9, Option to Extend the Term of the Contract (MAR 2000) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 3126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O.13513). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). 52.252-2, Clauses Incorporated by Reference (FEB 1998) Responses are due 13 December 2013 16:00 p.m. Central Time. Responses shall be submitted via e-mail to cheryl.l.huettel.civ@mail.mil. Telephone requests or inquiries will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cc5944f7708f56290f6ef984c9c5770a)
- Place of Performance
- Address: MICC - Fort Leavenworth 535 Kearney, Bldg 338 Fort Leavenworth KS
- Zip Code: 66027-1417
- Zip Code: 66027-1417
- Record
- SN03248524-W 20131211/131209234454-cc5944f7708f56290f6ef984c9c5770a (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 |