SOLICITATION NOTICE
70 -- SOFTWARE APPLICATION
- Notice Date
- 4/3/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- 1701 N Fort Myer Drive, Springfield, VA 21999
- ZIP Code
- 21999
- Solicitation Number
- 1092-730001A
- Response Due
- 4/4/2007
- Archive Date
- 10/1/2007
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1092-730001A and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-15. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-04-04 10:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be ARLINGTON, VA 22209 The Department of State requires the following items, Exact Match Only, to the following: LI 001, PEOPLESOFT APPLICATIONS SUPPORT FEE: Items include: A) Peoplesoft Enterprise Perfromance Management Warehouse CSI# 14486105, QTY- 2,500,000,000, Period 04/01/07-03/31/08 B) Peoplesoft Enterprise Support for Customer Self Service, CSI# 14472333, QTY- 2,500,000,000, Period 04/01/07-03/31/08 C) Peoplesoft Enterprise Asset Management, CSI# 14486104, QTY- 2,500,000,000, Period 04/01/07-03/31/08 D) Peoplesoft Enterprise Ps/General Ledger, CSI# 14486104, QTY- 2,500,000,000, Period 04/01/07-03/31/08 E) Peoplesoft Enterprise Support, CSI# 14486104, QTY- 2,500,000,000, Period 04/01/07-03/31/08 F) Peoplesoft Enterprise Supply Chain Warehouse, CSI# 14486104, QTY- 2,500,000,000, Period 04/01/07-03/31/08 G) Peoplesoft Enterprise Activity Based Management, CSI# 14486104, QTY- 2,500,000,000, Period 04/01/07-03/31/08 H) Peoplesoft Enterprise Scorecard, CSI# 14486104, QTY- 2,500,000,000, Period 04/01/07-03/31/08 I) Peoplesoft Enterprise Inventory, CSI# 14486104, QTY- 2,500,000,000, Period 04/01/07-03/31/08 J) Peoplesoft Enterprise Purchasing, CSI# 14486104, QTY- 2,500,000,000, Period 04/01/07-03/31/08 K) Peoplesoft Enterprise CRM Portal Pack, CSI# 14472334, QTY- 2,500,000,000, Period 04/01/07-03/31/08 L) Merant Net Express V3 Win/Nt, CSI# 14483215, QTY- 3, Period 04/01/07-03/31/08, 1, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Lawanna Manning at manninglr@state.gov or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. As the Contracts Officer Representative (COR) for the Oracle/PeopleSoft software products used in the Department of State?s Integrated Logistics Management System (ILMS), I recommend the use of other than full and open competition for the purpose of purchasing software support for its continued maintenance. The Department owns perpetual software licenses for the products -- however software support is a separate expense and represents an ongoing annual expenditure. PeopleSoft products are the basis for much of ILMS. The PeopleSoft products currently used by ILMS include: PeopleSoft Inventory, PO, CRM Support server license, Object Studio, Balanced Scorecard, Enterprise Warehouse, Supply Chain Management, Activity Based Management, GL, and AM modules A full description of the software maintenance services that are required can be found on the GSA Federal Supply Schedule for Mythics. Due to the proprietary nature of the PeopleSoft software, the required software support is available only from Mythics, the firm that is certified to resell software support by Oracle/Peoplesoft. Software support is crucial for continued utilization of the software in ILMS. ILMS is the State Department's comprehensive supply chain management system. ILMS is composed of an assortment of customized off-the-shelf software products as well as certain purpose-built software modules that have been linked and integrated with one another, and with the State Department's Financial Management System. In the course of design and development of ILMS for the State Department, the systems integrator selected and incorporated into ILMS the products and support services provided by PeopleSoft USA, Inc. ILMS will not function without these components. Although it would theoretically be possible to purchase and customize software that could replace the PeopleSoft software currently used by ILMS, integrate the new software with the rest of the ILMS software modules, and retrain the existing user base -- such an effort would be time consuming, prohibitively costly and would not shield the Department from an identical need for ongoing expenditures for maintenance and support. Moreover, a decision not to proceed to procure support from would have a significant adverse impact, placing at risk the majority of the software that makes up ILMS.
- Web Link
-
www.fedbid.com (b-38048_03, n-5461)
(http://www.fedbid.com)
- Place of Performance
- Address: ARLINGTON, VA 22209
- Zip Code: 22209
- Country: US
- Zip Code: 22209
- Record
- SN01264986-W 20070405/070403220402 (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 |