SOLICITATION NOTICE
D -- annual software maintenance support for DocWise, ePower and G360 Imaging for Windows software.
- Notice Date
- 9/17/2011
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
- ZIP Code
- 22219
- Solicitation Number
- 5196-125072
- Archive Date
- 9/19/2011
- Point of Contact
- Pete W Jones, Phone: 8437460650
- E-Mail Address
-
jonespw@state.gov
(jonespw@state.gov)
- Small Business Set-Aside
- N/A
- Award Number
- 5196-125072
- Award Date
- 9/19/2011
- Description
- ************NOTICE OF INTENT TO SOURCE SOURCE******** JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION (DOMESTIC CONTRACTING ACTIVITIES) 1. Identification of agency and contracting activity: The U.S. Dept of State, Office of Acquisitions Management is conducting this acquisition on behalf of Global Financial Services Charleston (GFSC), Office of Global Systems (GS). The point of contact is, U.S. Department of State, RM/GFS/GS, Charleston, SC 29405. The Justification and Approval (J&A) on a brand name only basis to renew (1) yr maintenance for Scan Optics, Integic & Kofax software. The estimated cost of this action is $104,268.05. 2. Nature and/or description of the action being approved. RM/GFS/GSO requires annual software maintenance support for DocWise, ePower and G360 Imaging for Windows software. This software supports workflow and document imaging and archiving systems deployed at the Global Financial Service Centers in Charleston and Bangkok, Thailand. These systems support the offices of Retirement Accounts, Foreign Service National Payroll, Vendor and Transportation Claims, and Overseas and Domestic American Payroll. 3. A description of the supplies or services required meeting the agency's needs. To satisfy the above requirements, GFS requires the purchase of: Manufacturer Product Description Model Number Qty / No. of Licenses RAD Software Maintenance from September 30, 2011 thru September 29, 2012 Scan-Optics DocWise Object Server-Manages Electronic "Objects" 55161046-0A 1 Scan-Optics dwIMPORT - High Speed Importer Software 55161026-dwimport 1 Scan-Optics dwSTORE - Controls Storage Components 55161036-dwstore 1 Scan-Optics DocWise Desktop Client - Current Licenses 55161016-dwdesktop 21 Integic ePower Workflow Desktop Licenses - Current EPR-DAE-10 21 Scan-Optics dwINDEX - Used to Manually Key Doc. Indexes from Image 55161096-0A 2 Scan-Optics Multi-Scanner DSS Software (Required on DSS) w/Patch Code Read 55151035-0A 1 Scan-Optics Multi-Scanner DSS Software w/Patch Code Read (copies 2-4) 55151035-0A 1 Scan-Optics 5 User Developer System 55161046-0A, 55161026-dwimport, 55161036-dwstore, (5) 55161016-dwdestop 1 Kofax Ascent Capture 7.5 Volume 200K/mo. English AE#VM01-075K 1 Kofax Scan/QC/Import AE#T023-0000 8 Scan-Optics DocWise Desktop Client - Additional Licenses 55161016-dwdesktop 10 Integic ePower Workflow Desktop Licenses - Additional EPR-DAE-10 10 FSN Software Maintenance from September 30, 2011 thru September 29, 2012 Scan-Optics DocWise Object Server 55161116-0A 1 ScanOptics Doc Wise Desktop Client - Current 5516016-dwDeskTpC 30 Integic ePower Workflow Desktop Licenses - Current EPR-DAE-10 30 ScanOptics Doc Wise Desktop Client - Additional 5516016-dwDeskTpC 10 Integic ePower Workflow Desktop Licenses - Additional EPR-DAE-10 10 Claims Software Maintenance from September 30, 2011 thru September 29, 2012 Scan-Optics DocWise Object Server 55161116-0A 1 ScanOptics Doc Wise Desktop Client - Current 5516016-dwDeskTpC 73 Integic ePower Workflow Desktop Licenses - Current EPR-DAE-10 73 ScanOptics Doc Wise Desktop Client - Additional 5516016-dwDeskTpC 15 Integic ePower Workflow Desktop Licenses - Additional EPR-DAE-10 15 American Payroll Software Maintenance from September 30, 2011 thru September 29, 2012 ScanOptics Doc Wise Desktop Client 5516016-dwDeskTpC 60 Kofax Ascent Capture 75K Software Maintenance AE#VM01-075K-M1 1 Kofax Scan/QC/Import Maintenance AE#TO23-0000-M1 7 Kofax VRS 4.0 Plus Workgroup Maintenance AE#TO26-0000-M1 3 Kofax SCAN/Import Volume Image Vol 2M P (SURGE) AE#VP01-002M-SS1 2 Bangkok Software Maintenance from September 30, 2011 thru September 29, 2012 Scan-Optics DocWise Object Server 55161116-0A 1 ScanOptics Doc Wise Desktop Client - Current 5516016-dwDeskTpC 25 Integic ePower Workflow Desktop Licenses - Current EPR-DAE-10 25 Kofax Ascent Capture 25K Software Maintenance AE#VM01-025K-M1 1 Kofax Ascent Capture COOP Maintenance AE#VM01-025K-M1 1 Kofax Scan/QC/Import Maintenance AE#TO23-0000-M1 2 Kofax VRS 4.0 Plus Workgroup Maintenance AE#TO26-0000-M1 2 ScanOptics Doc Wise Desktop Client - Additional 5516016-dwDeskTpC 10 Integic ePower Workflow Desktop Licenses - Additional EPR-DAE-10 10 P.O.P. - 09/30/11 - 09/29/12 4. An identification of statutory authority permitting other than full and open competition. The statutory authority permitting other than full and open competition is 41 U.S.C. 253 (c) (2). The regulatory authority is 41 USC 253(c) (2), FAR 6.302-, Unusual and compelling urgency. 5. Demonstration that the proposed contractor's unique qualifications or nature of the acquisition requires use of the authority cited. The Justification and Approval (J&A) on a brand name only basis. This is a brand name justification, no one contractor's unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Department's requirements. These applications will be based upon custom application code and document workflow routing solutions already implemented in Charleston and Bangkok. The custom application code and document workflow routes are integrated with application program interface (APIs) that are the intellectual property of the respective vendors of DocWise and EPower. Reuse of this application code is saving the government the cost and time required to gather requirements, develop design documents, develop, test and deploy application code, and attain a certification and accreditation for an application hosted on a different software suite. 6. Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable. This notice will be publicized on a Governmentwide Point of Entry (GPE) to ensure competition requirements are met. 7. Determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. The Contracting Officer has determined that the anticipated cost to the Government will be fair and reasonable based on similar purchases of this type. 8. A description of the market research conducted and the results or statement of the reason a market was not conducted. It is anticipated that the final award will be to the entity providing the best competitive price through the FedBid or another GPE. 9. Any other facts supporting the use of other than full and open competition. NONE 10. A listing of sources, if any, that expressed in writing, an interest in the acquisition: This notice will be publicized on a Governmentwide Point of Entry (GPE) to ensure competition requirements are met. 11. A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. The Justification and Approval (J&A) on a brand name only basis. This is a brand name justification, no one contractor's unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Department's requirements. CERTIFICATIONS I certify that this justification is accurate and contains complete data necessary to support the recommendation for other than full and open competition. ________________ ________________________________ Date Director, Global Systems Operations RM/GFS/GS I certify that this submission is accurate, and that it contains complete information necessary to enable other officials to make an informed recommendation for approval or disapproval. _________________ ________________________________ Date Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/5196-125072/listing.html)
- Place of Performance
- Address: Dyess Ave, Charleston, South Carolina, 29405, United States
- Zip Code: 29405
- Zip Code: 29405
- Record
- SN02581438-W 20110919/110917233630-56f0b78390519e0d858b2321af1c95f2 (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 |