SOLICITATION NOTICE
70 -- Purchase of Telephonic Mass Notification System for Emergency Notifications
- Notice Date
- 4/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Fort Leavenworth DOC (W91AF4), 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
- ZIP Code
- 66027-1417
- Solicitation Number
- W91QF410Q0013
- Response Due
- 5/7/2010
- Archive Date
- 7/6/2010
- Point of Contact
- william webb, 913 684 1623
- E-Mail Address
-
Fort Leavenworth DOC (W91AF4)
(william.king.webb@conus.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. The Government anticipates a solicitation will be posted under Solicitation Number W91QF4-10-Q-0013. Quotes are being requested for the required items and no written solicitation will be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40, dated 23 March 2010. This solicitation is unrestricted under NAICS 511210 with a size standard of $25,000,000 dollars. Ft. Leavenworth KS requires the following items: 0001: 24-Line JITC Certified Communicator 0002: option year 1 service agreement 0003: option year 2 service agreement 0004: option year 3 service agreement 0005: option year 4 service agreement 1. Purchase of Telephonic Mass Notification System for Emergency Notifications. 2. BACKGROUND. 2.1 The Directorate of Plans, Training and Mobilization (DPTM) currently manages and hosts a 24 line mass communicator program. Due to recently required Vista upgrades this version is no longer compatible with DISA security requirements. A new version of a telephonic mass notification system (TMNS) is required. 3. SCOPE. 3.1 The vendor shall provide, install and support their hardware and software TMNS solution that is DISA JITC approved including the licensing of required operating system or application service packs or patches as available for a minimum of one year, with 4 options to extend annually. 4. TASKS. 4.1 The vendor shall install server and software for TMNS. 4.1.1 Deliverable: The vendor shall provide server hardware, operating system and applicable software licenses required to support TMNS solution. Vendor shall install operating system, supporting software and TMNS on server under the control/supervision of Network Enterprise Center (NEC) server personnel. Vendor shall copy and make usable existing Dialogic 9.3 data into the TMNS solution. Vendor shall work with NEC website personnel in obtaining and installing any required software certificates into the TMNS. 4.1.2 Minimum Acceptable Standard (MAS): Vendor will provide fully functioning server and will perform and demonstrate to NEC personnel and DPTM system administrator full functionality. The TMNS software solution must meet the following requirements: The TMNS must be able to interface with 24 telephone lines simultaneously delivering simple or response required messages and be able to maintain print reports of who did or did not successfully receive messages. The TMNS must be the ability to store pre-planned and pre-recorded scenarios to call specific groups of personnel depending upon the notification required. Additionally, on-the fly message changing to groups is required. The TMNS must not require an additional client to be installed separate from the server for administration of scenarios, personnel groups, voice recordings or unit administrator rights. The TMNS must allow for administration permission controls (and restrictions) for unit level administrators to create record and activate their own mass notifications. The TMNS must interface with Active Directory for personnel listings. Additionally, the TMNS must interface either directly or thru API to DPTMs Desktop Alert. The TMNS must be able to use, convert or transfer existing scenarios, group listings and recordings from current Dialogic Communicator 9.3. 4.2 The vendor shall provide on-site comprehensive training. 4.2.1 Deliverable: The vendor shall provide at Fort Leavenworth comprehensive training for system administrators and unit administrators. 4.2.2 MAS: Training materials shall be provided by the vendor. Prior coordination for personnel and training site thru the DPTM representative is required. 4.3 Vendor shall provide one year of software maintenance and support, with 4 options to extend annually. 4.3.1 Deliverable: Vendor shall provide one year of software maintenance and support. 4.3.2 MAS: Vendor will validate and provide security updates, patches or service packs immediately upon availability. Vendor shall provide routine telephonic support within one hour of initial call for support during normal business hours and provide emergency telephonic support within four hours after normal business hours. Email and chat support may also be provided during normal business hours. 5. Coordination. After appropriate introduction by the Contracting Officer's Representative (COR), or designated representative, the contractor shall coordinate directly by phone, videoconference, or email with appropriate governmental and non-governmental agencies, academia, combatant commands, joint service, Army, and TRADOC activities and other resources to obtain necessary data, information, and reference materials to support contractor's product development for DPTM. 6. PERIOD OF PERFORMANCE. The period of performance is 12 months from date of award with installation of the TMNS completed within 30 days of award of contract. The contract shall include four 12 month optional periods of performance for maintenance support. 7. GOVERNMENT FURNISHED SUPPORT. 7.1 The government will provide all documents necessary for contract performance. 7.2 The government will provide the contractor access to the Dialogic Communicator equipment as needed. 8. PROPERTY, EQUIPMENT, AND OTHER SUPPLIES OR SERVICES. 8.1 Work Location. The majority of the duties in support of this PWS shall be performed at Fort Leavenworth. Training workshops shall be performed in IBOC facility and/or workspace provided by DPTM. 9. TRAVEL REQUIREMENTS. 9.1 The vendor shall travel to Fort Leavenworth for installation of initial upgrade and equipment during this performance period. 9.1.1 One installation and training trip to Ft. Leavenworth, Kansas, for up to 3 days including travel days for 1 person. 9.1.2 Vendor shall coordinate a visitation request with DES Security prior to travel to Fort Leavenworth. Section L - Instructions, Conditions and Notices to Offerors Notice to Offerors: The following information is provided regarding this RFQ: All questions must be submitted no later than 28 April 2010, 1:00 P.M. CDT. Proposals must be received by the requiring office no later than 7 May 2010, 1 PM CDT. All quotes must be hard copy according to instructions for preparation and sent either by courier, USPS, or commercial carrier: For USPS: Mission and Installation Command-Fort Leavenworth ATTN: William Webb 600 Thomas Ave. Unit 3 Ft. Leavenworth, KS 66027 For courier or commercial carrier (FEDEX, UPS, etc): Mission and Installation Command-Fort Leavenworth ATTN: William Webb, Room 201 535 Carney Building 338, Blockburger Terrace Ft. Leavenworth, KS 66027 REQUEST FOR QUOTE INSTRUCTIONS 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of provision) It is the Governments intention to award without discussions and based upon FAR Part 13, Simplified Acquisition Procedures. We will base this contract on Best Value to the Government with acceptable trade-offs. Technical Questions - shall be sent in writing to Mission and Installation Contract Command, ATTN: William Webb, Contracting Specialist, 600 Thomas Ave, Ft. Leavenworth, KS 66027 or emailed to william.king.webb@us.army.mil NO QUESTIONS WILL BE ANSWERED BY TELEPHONE ON ANY ASPECTS OF THIS SOLICITATION. INSTRUCTIONS FOR PREPARATION OF QUOTES The overall quote shall consist of one package with the following items: * Information about your Company. * Technical Approach * Warranty information on equipment and installation. * Past Performance. * Price. All vendors shall be required to submit a quote with the minimum of content as specified herein. A quote without the minimum specified content will be considered nonresponsive. I. PREPARATION INSTRUCTIONS A. GENERAL REQUIREMENTS 1. Your quote should be specific, complete and should demonstrate both your understanding of the items to be procured, and installed as well as your potential for completing the required work. Your quoted information should be prepared simply, with explanations to satisfy the requirements of the Performance Work Statement. 2. At a minimum, these parts shall contain the information specified below. B. CONTENTS (Original and 2 copies) TAB 1: Information about your company. TAB 2: Technical Information. This section shall contain the major portion of your proposal. It should be presented in as much detail as practical and include the following: * A work plan with milestones and completion dates. * The device make, model and specifications for all hardware, components and software needed to complete the system. * Warranty and service plan * Training Plan Evaluation of this part will determine whether the items in the Offerors quote conform to the requirements of the Specifications in terms of form, fit and function. TAB 3: Past Performance. Evaluation of this part will give the end user a clear understanding of similar work completed with other end-users. Please provide a short list of similar work completed with contact information. TAB 4: Price. Price is evaluated on reasonableness and the Government Estimate for this procurement and is subject to price analysis. Section M - Evaluation Factors for Award This is a firm fixed price, Best Value to the Government procurement. The Price proposal may be subject to price analysis. Proposals will be assessed for how well the Offerors proposal meets the solicitation requirements. The Government will award to the Offeror whose proposal offers the Best Value to the Government in terms of Factors 1-4 as stated in Section M-2 below. It is the Governments intention to award without discussions. Offerors are encouraged to present their best technical proposal and prices in their initial proposal submission. M-1 Evaluation Factors and Rating Methodology The evaluation to determine acceptability will be based on a complete assessment of the Offerors proposal. Quotes shall be evaluated on the following four factors, in accordance with (IAW) Far 52.212-2 Evaluation-Commercial Items. All evaluation factors when combined are approximately equal to cost or price. Factor 1 The Offerors understanding of the requirements based upon attached specifications. Factor 2 - Warranty Factor 3- Past Performance Factor 4- Cost/Price/Options M-2 Evaluation Factors M-2.1 Factor 1 Technical The Offerors compliance with the Specification Requirements. The proposal will be evaluated based on: M-2.1.1 Meeting or exceeding the deliverable specifications. M-2.1.2 Meeting the delivery schedule. M-2.1.3 Training schedule M-2.1.4 Meeting service requirements M-2.2 Factor 2 Warranty Information. Evaluation of this part will give the end user a realistic picture of what warranty coverage is available for the items being procured and how they obtain warranty service. A copy of the standard warranty must be included M-2.3 Factor 3 Past Performance. Evaluation of this part will give the end user a clear understanding of similar work completed with other end-users. Please provide a short list of similar work completed with customer contact information. M-2.3 Factor 4 Cost/Price M-2.3.1 Price analysis will be used to determine that the prices are fair, reasonable, and realistic in accordance with FAR 13.106-3. Price will not be assigned an adjectival rating or be scored. M-3 Rating Methods Factor 1 and Factor 2 will receive one of the adjectival ratings defined below, and then there will be an overall roll-up adjectival rating at the factor level. Proposal risk is used to portray the evaluation of weaknesses in the offerors proposals. ADJECTIVAL DEFINITION Excellent Excellent understanding of requirements and proposes an approach that significantly exceeds minimum requirements in a very beneficial manner to the Government. Proposal contains several significant strengths and other strengths. Proposal contains no identified deficiencies, significant weaknesses, or weaknesses. Excellent probability of success with very low degree of risk. Good High quality in most respects and meets and in some instances exceeds minimum requirements in beneficial manner to the Government. Proposal contains some significant strengths and a few strengths. Proposal contains no deficiencies or significant weaknesses, and any identified minor weaknesses do not impact the probability of successful contract performance. Good probability of success with low degree of risk. Acceptable Acceptable quality and meets minimum requirements necessary for acceptable contract performance. Proposal contains some strengths. Proposal contains no deficiencies or significant weaknesses, and any identified minor weaknesses do not impact the probability of meeting minimum requirements. Fair probability of success with low to moderate degree of risk. Marginal A proposal that satisfies most but not all of the Governments requirements and fails to provide sufficient detail to demonstrate the feasibility of the proposed approach. The proposal contains numerous weaknesses (to include significant weaknesses) and/or some deficiencies, but the overall approach is sufficiently sound that the weaknesses and/or deficiencies may be corrected without a major rewrite of the proposal. The degree of proposal risk is moderate to high. The Past Performance Factor will be assigned one of the ratings defined below. An offeror whose proposal demonstrates no past performance will be rated Neutral. An award will not be made to any offeror who receives a Marginal or Poor past performance rating. Rating Description Excellent Essentially no doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Very Low Good, Little doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Low Adequate, Some doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Moderate Marginal, Significant doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: High Poor It is extremely doubtful that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Very High Neutral, The offeror has little/no relevant past performance upon which to base a meaningful performance risk prediction. Performance Risk Level: Unknown Definitions: Deficiency. A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. Strength. Any aspect of a proposal when judged against a stated evaluation criterion enhances the merit of the proposal or increases the probability of successful performance of the contract. Significant Strength. A significant strength appreciably enhances the merit of a proposal or appreciably increases the probability of successful contract performance. Weakness. A flaw in the proposal that increases the risk of unsuccessful contact performance. Significant Weakness. A flaw that appreciably increases the risk of unsuccessful contract performance. The following FAR and DFARS provisions and clauses are hereby incorporated into this solicitation: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alt 1 (offerors must submit an executed copy with their quotes) All vendors must have a current Central Contractor Registration (CCR). Quotes are due no later than 1:00 PM Central Daylight Time on 7 May 2010. Quotes may be submitted via e-mail to william.king.webb@us.army.mil. All quotes shall reference solicitation number W91QF4-10-Q-0011 in the subject line. Quotes may be delivered via USPS to: MICC-DOC Ft. Leavenworth, ATTN: William Webb; for courier or commercial carrier (FEDEX, UPS, etc) 535 Carney, Blockberger Terrace, Building 338, Ft. Leavenworth KS 66027 or for USPS: Mission and Installation Command-Fort Leavenworth; ATTN: William Webb; 600 Thomas Ave; Unit 3; Ft. Leavenworth, KS 66027. The point of contact for this solicitation is William Webb, Contract Specialist; phone (913) 684-1623 (collect call will not be accepted) or via e-mail at william.king.webb@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/90d8b430d767fbf92dd7ff9a9feb12d4)
- Place of Performance
- Address: Fort Leavenworth DOC (W91AF4) 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
- Zip Code: 66027-1417
- Zip Code: 66027-1417
- Record
- SN02131228-W 20100425/100423235902-90d8b430d767fbf92dd7ff9a9feb12d4 (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 |