SOLICITATION NOTICE
99 -- Bamboo Project Management Suite
- Notice Date
- 5/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 443120
— Computer and Software Stores
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
- ZIP Code
- 33621-5000
- Solicitation Number
- F2VUJ00111AC01
- Archive Date
- 6/16/2010
- Point of Contact
- Leyla L. Campbell, Phone: 813-828-4018, Alyson Gowin, Phone: 813-828-1872
- E-Mail Address
-
leyla.campbell@macdill.af.mil, alyson.gowin@macdill.af.mil
(leyla.campbell@macdill.af.mil, alyson.gowin@macdill.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services and/or supplies prepared in accordance with the format in FAR 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 Request for Quote (RFQ) and the solicitation number is F2VUJ00111AC01. This acquisition is 100% set aside for small businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Bamboo Project management Suite Software and Support. DESCRIPTION OF REQUIREMENT CLIN 0001 Bamboo Project Mgmt Suite - Server License, 2 Each CLIN 0002 Bamboo Project Mgmt Suite - Premium Annual Support (for licenses in CLIN 0001) 2 Each CLIN 0003 Bamboo Project Mgmt Suite - Premium Annual Support (for 2 existing licenses expiring 23 July 2010) 2 Each Please provide a BRAND NAME OR EQUAL quote. If an or equal quote is submitted, the proposal will be sent to the technical advisor for compatibility verification. The following salient characteristics are required: - view and overview of all team events for the day, or plans for the month, view multiple calendars and display in a color-coded view, allow end users to interact directly with the information and push it through a process - organize group calendars to work with Exchange to arrange and update meetings and appointments for team members through Outlook style resources scheduling assistant - provide interactive grids, calendars, and charts that connect to an aggregate data to build dashboards and reports against any data, including external data - track when project team members are in or out of the office - email updates to groups - send customized, conditional e-mail alerts and reminders to users or a group of users - graphically display data in bar, line, and chart areas - display projects in a Dashboard view that will allow easy view of health and risk levels of entire project - bringing lists form across site collections together - dynamically group, filter, and sort items in entire list, and when finished, print just the list and not the browser for a hard copy that's easily presentable - automate and manage notifications to all project team members to keep task status up-to-date, provide project health stats and measurement of key performance indicators to upper management, pull data from multiple project sites into one list for reporting status - e-mail group updates and clarify and enhance data in lists by giving columns added functionality, such as additional security, progress bars, or enhanced text editing with quick image insertion, without having to populate a pictures library first - must interact with all components of MOSS 2007 - must connect with SQL 2005 and provide ability to pull date into MOSS 2007 without delay - must integrate with EMC Documentum NOTE: The following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C.794d). 1. Software applications and operating systems 2. Web-Based internet and internet information and applications 3. Telecommunications products 4. Video and multimedia products 5. Self contained, closed products 6. Desktop and portable computers The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40 effective 22 April 2010, DFAR DCN 20100507 and AFFAR AFAC 2010-0402. The North American Industry Classification System code (NAICS) is 443120, Computer and Software Stores. The Standard Industrial Classification (SIC) is 5045. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. DELIVERY ADDRESS: The software is to be procured on behalf United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6, Total Small Business Set-Asides, FAR 52.219-28, Small Business Representations, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control of Government Personnel Work Product; 252.243-7001, Pricing of Contract Modifications; 252.204-7004 (Alt 1), Required Central Contractor Registration; 252.232-7010, Levies on Contract Payments. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7036 - Buy America Act- Free Trade Agreements - Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause), 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 1 Jun 2010 by 2:00 PM EST. Submit offers or any questions to the attention of Leyla Campbell, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to leyla.campbell@macdill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUJ00111AC01/listing.html)
- Place of Performance
- Address: MacDill AFB, Tampa, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN02152739-W 20100520/100518235017-c7e30bca3438b79c940bf7809e502b3d (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 |