Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2004 FBO #1014
SOLICITATION NOTICE

70 -- Automated Litigation Support Software

Notice Date
9/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Commodity Futures Trading Commission, Office of Financial Management-Procurement, Procurement Operations and Policy, Three Lafayette Centre, 1155 21st Street, N.W., Washington, DC, 20581
 
ZIP Code
20581
 
Solicitation Number
RFP-044IT018
 
Response Due
9/10/2004
 
Archive Date
9/11/2004
 
Point of Contact
Nick Graham, Contracting Officer, Phone (202) 418-5191, Fax (202) 418-5414,
 
E-Mail Address
ngraham@cftc.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR subpart 12.6 and 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. This solicitation is an unrestricted Request for Proposals (RFP) for ?brand or equal? automated litigation support (ALS) COTS software. Incorporated FAR provisions and clauses are those in effect through FAC 24 effective July 19, 2004. The North American Industrial Classification Code (NAIC) is 443120 and the size standard is $7.5 million. The Commodity Futures Trading Commission (CFTC) requires ALS software to manage coded data, full text, scanned images and native electronic files in support of the Commission litigation activities. CFTC has identified one software product, ?Concordance 8?, manufactured by Dataflight Software, Inc, that fully meets its technical requirements. To be considered equal, another product must, at a minimum, have the same range and degree of functionality as Concordance. The following special features are required: the product must be relatively simple to administer and maintain; product must be capable of handling millions of records in the same database; product must have an already established integration with CaseSoft?s CaseMap; product must have an already established integration with LiveNote Technologies? LiveNote; product must have an already established integration with Synthetix technology by Syngence; product must have an already established integration with Verdict Systems? Sanction II; product must support creation of customizable synonym tables; product must have a straightforward, yet flexible, user interface that supports both simple and complex searches with a form search capability, as well as a single text entry box for entering either simple or complex search syntax; product must have a browseable dictionary that shows total number of occurrences of each word, as well total number of documents in which occurrences appear; product must provide the number of occurrences of each term within a specified field in the active query; and product must provide an editable stop word list. The following FAR provisions and clauses are incorporated by reference and apply to this acquisition (the full text of FAR clauses may be found at http://www.arnet.gov/far/): FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212-1, Instructions to Offerors - Commercial Items (January 2004); FAR 52.212-2 Evaluation-Commercial Items (Jan1999); FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (May 2004); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jun 2004); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Jul 1995); FAR 52.219-8, Utilization of Small Business Concerns (May 2004); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-19, Child Labor ? Cooperation with Authorities and Remedies (June 2004); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-16, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.225-1, Buy American Act ? Supplies (June 2003); FAR 52.227-19, Commercial Computer Software ? Restricted Rights (June 1987); FAR 52.232-33, Payment by Electronic Transfer ? Central Contractor Registration (Oct 2003). Software procured through this solicitation must meet the applicable accessibility standards at 36 CFR 1194, which implements Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d). Evaluation criteria to be used in FAR 52.212-2, Evaluation ?Commercial Items, include: (1) ability to meet the technical requirements of this solicitation, (2) past performance that demonstrates a proven track record of successful product implementation and operation, and (3) price. For purposes of this acquisition, other factors, when combined, are significantly more important than price. Offerors shall provide product specifications and capabilities, applicable licensing agreements, past performance references and phone numbers, and pricing for 150 user licenses and maintenance for one year plus four option years. Offerors must also provide a completed copy of FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (this provision can be found at: ttp://www.arnet.gov/far/). All proposals must be clearly marked with Solicitation Number RFP-044IT018 and emailed to ngraham@cftc.gov, or faxed to the attention of Nick Graham on (202) 418-5414, no later than 4:30 pm EDT on September 10, 2004. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal represents the best value to the Government, price and other factors considered. Vendors must be registered in the Central Contractor Registration (CCR) in order to be awarded a contract. All responsible sources may submit proposals that will be considered by the Government.
 
Place of Performance
Address: N/A
 
Record
SN00664999-W 20040905/040903211517 (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.