SOLICITATION NOTICE
70 -- OSGS architecture modeling tool - J & A Brnad Name
- Notice Date
- 5/28/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NESDIS Acquisition Division, SSMC3 - Room 10100/OFA64, 1315 East West Highway, 10th Floor, Silver Spring, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- GF133E-15-RQ-0563
- Archive Date
- 7/2/2015
- Point of Contact
- Joel L. Perlroth, Phone: (301) 713-9204 x143
- E-Mail Address
-
joel.l.perlroth@noaa.gov
(joel.l.perlroth@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Justification for Other than Full and Open Competition (Brnad Name) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and it being conducted pursuant to FAR 2005-82 dated May 7, 2015 Part Subpart 12.6 and FAR Part 13. The Request for Quote (RFQ) number is GF133E-15-SE-0563. The Government intends to purchase MagicDraw (product of No Magic, Inc), pursuant to FAR 13.106-1(b) and 13.106-3(b)(3)(i) the circumstances of this acquisition deem there are limited sources available due to brand name requirement. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This procurement action is a total small business set-aside, NAICS Code 511210, Size Standard $38.M. In order to participate, the vendor shall be an authorized reseller of MagicDraw. All responsible sources may submit an offer which shall be considered by the agency. However, any award from this RFQ will require the potential vendor to be certified within the System for Award Management (SAM) Databases prior to award. OSGS requires a modeling tool to control the configuration of the enterprise architecture documents and artifacts, which will provide tractability between architecture artifacts to assure consistency. MagicDraw will provide support for multiple Enterprise Architecture Frameworks and for artifact generation and reporting. Additionally, this modeling tool will provide OSGS an open, Meta Object Facility-based artifact repository The GEARS Team collected architecture modeling needs, searched and screened candidate tools, defined evaluation criteria, evaluated alternatives, analyzed the evaluation results and selected Magic Draw as most suitable for OSGS architecture modeling needs. The contractor shall provide training in the use of Magic Draw to support UPDM, BPMN and SysML modeling. In particular, the training shall cover: 1.How to use MagicDraw to build UPDM models. 2.How to use MagicDraw to build BPMN models. 3.How to use MagicDraw to build SysML models. 4.How to use model elements across the three types of models (e.g., use an activity defined during BPMN modeling in a UPDM model). The contractor shall structure the training so as to use examples and exercises drawn from GEARS Architecture. The contractor shall provide training in the administration and configuration of Teamwork Server and FLEXnet License Server. At a minimum, the training shall cover: 1.Installing/uninstalling licenses in FLEXnet License Server. 2.Checking licenses in to and out of FLEXnet License Server. 3.Configuring the duration a license may be checked out of FLEXnet License Server. 4.Identifying the how many licenses are available and who is using them. 5.Configuring access (allow/deny/reserve) to products by specific users, hosts, and groups. 6.Configuring access, review and modification of models and diagram stored in the teamwork server repository. 7.Importing, exporting, updating, branching and comparing models stored in the teamwork server repository. 8.Utilizing teamwork server offline mode. 9.Controlling access to projects stored in the teamwork server repository. The contractor shall provide all training onsite at NOAA's Silver Spring, MD facility. It is expected that the contractor shall present all training topics to twelve users during a single training session of 5 days. The contractor shall provide a recommended training syllabus with their proposal. The contractor shall provide a final training syllabus one week before training starts. The contractor shall provide the following licenses: Product Description Quantity MagicDraw 18.1 FR Architect Edition Floating License 1 MagicDraw Software Assurance for Architect Edition Floating License (Validity 12-months) 1 MagicDraw 18.1 FR Standard Edition Floating License 5 MagicDraw Software Assurance for Standard Edition Floating License (Validity 12-months) 5 UPDM 2 Plugin 18.1 FR Floating License 6 UPDM 2 Plugin Software Assurance for Floating License (Validity 12-months) 6 Cameo Business Modeler Plugin 18.1 FR Floating License 6 Cameo Business Modeler Plugin Software Assurance for Floating License (Validity 12-months) 6 Cameo Requirements Modeler Plugin 18.1 FR Floating License 6 Cameo Requirements Modeler Plugin Software Assurance for Floating License (Validity 12-months) 6 SysML Plugin 18.1 FR Floating License 6 SysML Plugin Software Assurance for Floating License (Validity 12-months) 6 MagicDraw 18.1 FR Teamwork Server, 5 connections 1 MagicDraw Software Assurance for Teamwork server, 5 connections (Validity 12-months) 1 MagicDraw FLEXnet License Server 1 MagicDraw Software Assurance for FLEXnet License Server (Validity 12-months) 1 The period of performance is from date of award through 12-months. This award contains no options. The Government intends to award a firm-fixed price purchase order for this requirement utilizing simplified acquisition procedures. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.252-1 Solicitation Provisions Incorporated by Reference and FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at www.acquisition.gov. Vendors are required to submit a signed Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Class Deviation) (MAR 2015) (attached) with their quote. Vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (MAR 2015), with its quote. [An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision.] Vendors shall refer to www.acquisition.gov to obtain a copy of FAR provision 52.212-3. FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items (DEC 2014) applies to this acquisition with the following addenda: Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.239-70 Software License Addendum CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, NESDIS, Field Delegate 1335 East West Highway, room 8472, silver Spring, MD 20910; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230} The following FAR clause is provided in full text: FAR clause 52.212-2, EVALUATION--COMMERCIAL ITEMS (OCT 2014) (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: (1) The offerors capability to successfully perform the contract (2) 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. (End of Provision) 52.203-99, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (1) The Government may seek any available remedies in the event the Contractor fails to comply with the provisions of this clause. (End of Provision) 52.203-98, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) The following FAR Provisions and Clauses are incorporated by reference: 52.212-1, Instructions to Offerors (JUN 2008) 52.212-3, Offeror Representations and Certifications-Commercial Items (DEC 2014) 52.212-4, Contract Terms and Conditions-Commercial Items (DEC 2014) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (MAR 2015) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.219-6, Notice of Total Small Business Set Aside, (NOV 2011) 52.219-28, Post Award Small Business Program Representation (JUL 2013) 52.222-3, Convict Labor, (JUN 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2014) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) 52.222-26, Equal Opportunity, (MAR 2007) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American Act -- Supplies, (MAY 2014) 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (MAY 2014) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management, (JUL 2013) 52.239-1, Privacy or Security Safeguards (AUG 1996) 52.232-39, Unenforceability of Unauthorized obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (CLASS DEVIATION) (MARCH 2015) 1. In accordance with Sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113- 235), none of the funds made available by the Consolidated and Further Continuing Appropriations Act, 2015 funding may be used to enter into a contract with any corporation that- (d) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where an awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and has made a determination that this further action is not necessary to protect the interests of the Government, or (e) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. 2. The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of provision) In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the System for Award Management (SAM) to be considered for an award of a Federal contract. For information regarding registration in SAM, contact the SAM website at www.sam.gov. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All questions pertaining to this RFQ must be submitted in writing to Joel.L.Perlroth@noaa.gov. (E-mail only) by 1:00 P.M. EST on June 2, 2015. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 1:00 P.M. EST on June 17, 2015; any award resulting from this RFQ will be made based on meeting technical specifications, delivery date, and price. Quotes must be submitted electronically via e-mail to Joel.L.Perlroth@noaa.gov The anticipated award date is on or about June 24, 2015. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Joel.L.Perlroth@noaa.gov. Telephonic requests will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NESMD/GF133E-15-RQ-0563/listing.html)
- Place of Performance
- Address: 1315 East West Highway, Silver Spring, Maryland, 20910, United States
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN03746562-W 20150530/150529040939-9ae16b86d47984de9dfd8c3cbc007848 (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 |