Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2004 FBO #0850
SOLICITATION NOTICE

70 -- Software Licenses for Teamcenter Enterprise Software

Notice Date
3/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Oklahoma Team (7T-5), 301 NW 6th Street, Suite 324, Oklahoma City, OK, 73102
 
ZIP Code
73102
 
Solicitation Number
7TF-04-0010
 
Response Due
3/29/2004
 
Point of Contact
Mark Ready, Contracting Officer, Phone 405-609-8082, Fax 405-609-8994,
 
E-Mail Address
mark.ready@gsa.gov
 
Description
FedBizOpps FAC 2001-19 8. 70-General Purpose Information Technology Equipment This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, 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. EDS UGSPLM Solutions is believed to be the only source for the item listed below. However, any responsible offeror who believes they can provide this item is invited to submit an offer. Solicitation Number 7TF-04-0010 Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19. This is a full and open procurement under NAICS Code 511210, Software Publisher NOTE: In your proposal, state whether Section 508 applies to this requirement and whether an exception applies. Requirements: Provide the following Statement of Work (SOW)/Software Licenses For Integrated Data Information Manager (IDIM) System Using Teamcenter Enterprise as a foundation, the OC-ALC Engineering Data Service Center created the Integrated Data Information Management (IDIM) system, a comprehensive digital environment for managing engineering data and workflows. Teamcenter Enterprise Product Data Management was selected which provides a Web-native solution to enable information authors and consumers the ability to work with an enterprise?s dispersed product information through a controlled repository. A key element to this management database is the software licenses, which are mandatory to have in order to operate this data system. This contract is for the acquisition of additional software licenses amounting to a ?site license? for Teamcenter Enterprise software. This acquisition will convert the Government?s existing individual licenses to a site license resulting in an unlimited number of additional users for three OC-ALC/LGL programs. These programs are commonly referenced as: IDIM, TO Library and TO Repository. - The contractor shall provide 1000 user licenses each for TCN1021 (Product Data Management Author), TCN1022 (Product Data Management Consumer), TCN1041 (Change Management, Author), TCN1042 (Change Management, Consumer). A Visualization Base (TCV1000) license is included with each Product Data Management Consumer license. Although this site license is confined to the programs listed above, the government shall have no restriction on the number of servers this license manages in support of these programs. Upon notification by the government that the 1000 user licenses have been exhausted, the contractor shall provide additional licenses in increments of 100 each at no additional cost. Maintenance on the above software products shall be for a period 12 month(s) from the time of installation with the flexibility to run newer versions of Teamcenter as required. Contractor shall provide support and upgrade license when necessary at no extra cost to the government. Desired Delivery Date is 1 April, 2004. Place of Delivery and Acceptance is: Sherri L. Wood, OC-ALC/LGLDOS, 3001 Staff Dr., Tinker AFB, OK 73145. FOB destination. Solicitation provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (OCT 2003) is hereby incorporated by reference. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (a) Delivery ? ability to meet the required delivery schedule; (b) Past Experience (see below); (c) Price. Factors are listed in their relative order of importance. Past experience will be evaluated as follows: By evaluating information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror?s experience on previously awarded delivery orders/contracts and/or contracts with other Government entities). The offeror must identify at least one Federal contract or delivery/task order for the federal government, and any other Federal, state, or local government and private contract or delivery/task order, for which the offeror has provided the same or similar items as stated in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a brief description of items provided, point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals. Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (JUNE 2003) with their offer. Clause 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2003), is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (OCT 2003), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (b)(7) 52.219-8, (b)(13) 52.222-3, (b)(14) 52.222-19, (b)(15) 52.222-21, (b)(16) 52.222-26, (b)(17) 52.222-35, (b)(18) 52.222-36, (b)(19) 52.222-37, (b)(22)(i) 52.225-3, (b)(24) 52.225-13, (b)(29) 52.232-33. Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: To be negotiated (iii) Period of Performance: On or before 1 April, 2004. The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. Signed and dated offers: one original must be submitted to GSA, IT Solutions, 7T-5, 301 NW 6th Street, Suite 324, Oklahoma City, OK 73102, Attn: Mark Ready, Contracting Officer at or before 4:30 p.m. (CT), March 29, 2004. Email proposals may be sent to mark.ready@gsa.gov at or before the above time and date; facsimile proposals may be submitted to 405-609-8994 at or before the above time and date.
 
Place of Performance
Address: TBD
Country: USA
 
Record
SN00552624-W 20040325/040323212327 (fbodaily.com)
 
Source
FedBizOpps.gov 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.