Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2014 FBO #4514
SOURCES SOUGHT

70 -- QuickSilver 3.6 Software Licensing and Maintenance - Sources Sought/RFI

Notice Date
4/2/2014
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8224-14-R-QUICKSILVER
 
Point of Contact
Dayna Parkin-Urquhart, Phone: 8017773564, Shauna A. H. Lyon, Phone: 8015869165
 
E-Mail Address
Dayna.Parkin_Urquhart.1@us.af.mil, shauna.lyon@us.af.mil
(Dayna.Parkin_Urquhart.1@us.af.mil, shauna.lyon@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Source Sought Synopsis Notice for Market reseach and information gathering purposes. General Information Notice Type: Request For Information Number : Sources Sought Notice/Request for Information (RFI) FA8224-14-R-QUICKSILVER Solicitation Number: TBD Posted Date: April 2, 2014 Response Date: April 17, 2014 Classification Code: 7030 NAICS: 511210 Contracting Office Address Department of the Air Force, Air Force Material Center, OO-ALC/PZIM 6038 Aspen Ave (Bldg 1289), Hill AFB, UT, 84056-5805. Description 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis (Request for Information) to determine potential sources for information and planning purposes only. 1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 511210 which has a corresponding Size standard of $35.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8a, Service-Disabled VeteranOwned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2. Program Details: This SSS/RFI is in support of the program to purchase a quantity BroadVision QuickSilver 3.6 Software Licensing and Maintenance. All Capabilities shall be IAW the product description. Special Considerations Contract award decision may be based upon an evaluation of cost and non-cost factors (i.e., technical capability, past performance, etc.). This is not a solicitation but rather a Sources Sought Synopsis to determine Potential sources for information and planning purposes only. Sources Sought Notice 1. What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program))? 2. The applicable North American Industry Classification system (NAICS) code for this acquisition is listed above. Based on this NAIC code, what is your size status?  Small Business  Small Disadvantaged  Women-Owned  Veteran-Owned  Service Disabled Veteran Owned  Hub-zone  Large Business 3. Based on your knowledge of the requirement outlined in the program details, do you believe that the NAICS code for this effort is correct? 4. How many employees are in your company? 5. What is your company annual revenue? 6. Are you currently registered in the SAM system which has replaced the Central Contractor Registry (CCR), Online Representations and Certifications Application (ORCA)? Are you registered in Wide Area Workflow (WAWF)? 7. What suggestions, if any, do you have for contract (including evaluation criteria, CLIN structure, contract structure, or other topics)? 8. Is a warranty provided, if so, what is the duration? 9. What is the worst case delivery of this requirement? 10. Can the ALL Specifications outlined in the program details can be met? If not, which ones and why? 11. Can you provide a Rough Order of Magnitude (ROM) for this supply? 12. Are you a approved reseler of Quick Silver Software? Product Descritpiton Outline 1. The software must provide the ability to: a. Open and edit files created with QuickSilver 2.0 and its predecessors including Interleaf 5-7. b. Interoperate with Interleaf RDM for Motif version 3.5. c. Run custom Lisp scripts developed for previous versions of Interleaf and QuickSilver. d. Track multiple revisions to documents in a logical hierarchy with the ability to control the display of revision markings, add and remove revisions, and baseline a document to accept all revisions and remove the revision tree. e. Create references between documents within books. f. Automatically generate and update tables of contents. g. Create figures with vector and raster graphics. h. Use catalog files to control formatting and shared document content. i. Dynamically update overall page-level portion markings based on the portion markings of the page's contents. j. Create sub-books within books. k. Manage documents containing thousands of pages. l. Define custom automatic numbering streams. m. Publish files to Interleaf WorldView and PDF formats. 2. Licensing and maintenance: a. Software must have perpetual licenses and maintenance/support to include patches, upgrades, and trouble calls. Maintenance can be in the form of option years up to and including 6 years with the option to pay for years of maintenance up-front with options to renew as desired after the initial maintenance period expires. b. A perpetual license can be used across multiple networks by the same individual. For instance Joe Smith has access to one or more workstations and/or terminal servers on Network A, Network B, and Network C. Joe is authorized to use this software across all these networks and only use "1" license. c. A user can use a license on any combination of Windows, Unix/Solaris, and Linux operating systems on the various networks. This is only using "1" license. d. The number of networks can increase/decrease at any time. e. Quicksilver can be installed/used on a Windows XP, Windows 7, Red Hat Enterprise Linux 6.x workstation, Sun Ray, Solaris 10 workstation, or Solaris 11 workstation. f. Quicksilver executables and required licenses can be stored on any combination of local Windows, Linux, or Unix workstations and on Windows, Linux, or Unix LUNs and all users (Windows/Linux/Unix) can access the QuickSilver software via workstations or servers. g. Sufficient perpetual licenses will be provided to accommodate 380 individual users to be used across multiple networks and operating systems, as described above. h. Vendor must supply a blended price (or equivalent) for Linux/Unix/Windows licenses; or provide pricing that allows flexibility to use Windows, Unix, and Linux Licenses across the multiple network configuration. Current estimate on blended pricing for 380 perpetual licenses with 6 years of maintenance paid up-front is $2.4M. i. A quarterly report of unique user IDs will be provided to the vendor to ensure that the contracted number of 380 unique users has not been exceeded. Should a quarterly report show that additional licenses are needed, the vendor will allow for additional licenses to be purchased with the same licensing approach. REQUEST FOR INFORMATION REQUIREMENTS Please submit two copies of your response to the Sources Sought Synopsis in an executive summary format not to exceed five (5) pages. If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not include company brochures or other marketing information. Please see below for contact information. Capabilities statement should be submitted via e-mail to the below POC's : no later than 2:00 pm Mountain Standard Time (MST) on Thursday, April 17, 2014. Disclaimer THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary or competition sensitive will be handled accordingly. Responses to the RFI will not be returned. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. Responders are solely responsible for all expenses associated with responding to this RFI. Primary Point of Contact: Dayna Parkin_Urquhart, Contract Negotiator/ Contracting Officer Phone: (801) 775-3564, Email: dayna.parkin_urquhart.1@us.af.mil 6038 Aspen Ave, Bldg 1289 Upstairs Hill AFB, UT 84056-5805 Shauna Lyon, Contracting Officer Phone: (801) 586-9165, Email: shauna.lyon@us.af.mil 6038 Aspen Ave, Bldg 1289 Upstairs Hill AFB, UT 84056-5805
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-14-R-QUICKSILVER/listing.html)
 
Record
SN03326653-W 20140404/140402234404-8308bd1a903f1ec7ed70f04a25415e27 (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.