Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

99 -- Inventory Control Software and Maintenance

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
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
F2VUJ00200AC01
 
Archive Date
8/28/2010
 
Point of Contact
Alyson Gowin, Phone: 813-828-0486
 
E-Mail Address
alyson.gowin@macdill.af.mil
(alyson.gowin@macdill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial product 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 F2VUJ00200AC01. This acquisition is 100% set aside for small businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Mobile Reach Inventory Control System, and maintenance. DESCRIPTION OF REQUIREMENT CLIN 0001 Software - 1 Lot CLIN 0001 shall include the following: 1 - Splitware High Volume Server V4 Production - Qty 1; Splitware High Volume Server V4 Backup/Dev - Qty 1; Splitware Dedicated Client V4 - Qty 25; Splitware Small App Suite V4 - Qty 25; any implementation /training/connections necessary for SOCOM to start using product CLIN 0002 - Software Maintenace for period of one year from date of award CLINS 1002, 2002, 3002, and 4002 - OPTION YEARS for Software Maintenance - please provide pricing for four option years to renew the software maintenance 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: With an overall inventory of 30,000+ items SOCOM needs a cradle to grave system to get the information directly from the box into an automated system. This new system will save time, manpower, increase data accuracy and better manage resources efficiently and effectively. Barcode scanner - This solution should also allow the user to cache 40,000 or more asset records offline to the device and access them by scanning the unique barcode property label. If an asset record does not exist in the system the user should have the option to create a new record on the spot using some GUI. This device should optimize user interface for receiving assets from a warehouse dock, inputting them in real-time into the system. The interface will provide a batch style processing scheme to allow the user to set default values such as location, receive date, notes, PO number and other similar fields required and then scan each barcode which represent a unique value for each asset to import records into the Remedy Configuration Management Database (CMDB) by direct connection to the network via Scanner Cradle. This system should also allow the user to make batch style edits of any type by setting default values such as location, equipment custodian data, user data, status changes or any other fields to be changed in the batch operation and then scan each barcode which should represent that unique value to be changed in the database system. This device should be able to stamp user, date and time of transaction that was performed. Report - Provide a variety of reports and allow user to customize each report to help summarize and interpret the data stored in the database system-for example, the asset ID, serial number, location, type, description, serial number, and any other relative information. The reporting capability should also allow us to filter and sort capabilities of this module to choose how we want the information arranged and what inventory items we wish to include on the report. We need ad-hoc query capability. The reporting feature should allow us to modify the header and footer or give us options to display via a drop down menu of more specific choices. Reporting features should be customizable and automated for easy use. Search - Able to perform searches by custodian name, user name, location, department, type, and more Update - Able to perform mass or bulk updates to selected fields with new user or custodian information. Other Features: Software - User configurable; able to setup our workflows, would like own the source code for the final application. Possibly retain SMEs for minimal code changes. Carry yearly software assurance. Hardware Compatibility - Currently the government has invested in10 handheld scanning devices, made by Symbol. The model number is MC9090G. The Inventory Control Tool solution must be compatible and capable of performing Physical Inventories via on-hand Command approved barcode scanning devices. Encryption - Data encryption on the mobile device is a must Security - VPN-level security, 128-bit AES encryption and session controls View - Display asset records by equipment custodian (EC), user, department, location, status and more Personalize - Mobile & database fields, reports, view display, audit trail options and more Integrate - With Remedy through an intermediate database such as MS SQL Server or other supported database system. 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 2005-43 effective 2 August 2010, DFAR DCN 20100713 and AFFAR AFAC 2010-0402. The North American Industry Classification System code (NAICS) 511210, Software Publishers. 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 52.209-6 Protecting the Government's Interest; 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 52.217-5 Evaluation of Options; 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 52.204-10 Reports on Subcontracting; 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 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. FAR 52.217-8 Option to Extend Services (fill-in = 30 days); FAR 52.217-9 Option to Extend the Term of the Contract (fill-ins = 60 days, 30 days respectively). 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: FAR 52.203-3 Gratuities; 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 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036 Buy American Act, Free Trade Agreements, Balance of Payment Programs; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023 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) 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 13 August 2010 by 12:00 PM EST. Submit offers or any questions to the attention of Alyson Gowin 6CONS/LGCB by email to alyson.gowin @macdill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUJ00200AC01/listing.html)
 
Place of Performance
Address: MacDill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02227429-W 20100805/100803235910-38c28391b052b0b6b7191a490a455b04 (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 |
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.