MODIFICATION
70 -- Offline Player with server based solutions for the Distributed Learning System (DLS)
- Notice Date
- 4/2/2013
- Notice Type
- Modification/Amendment
- NAICS
- 511210
— Software Publishers
- Contracting Office
- MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0-13-R-4208
- Response Due
- 4/12/2013
- Archive Date
- 6/1/2013
- Point of Contact
- Norma Wells-Green, 757-878-3166
- E-Mail Address
-
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(norma.g.wellsgreen.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- 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 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. MICC-Fort Eustis intends on issuing one Firm Fixed-Price Contract. The Period of performance: 17 May 2013 through 16 May 2014. This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-66 effective 28 Feb 2013. The Department of the Army Mission and Installation Contracting Command at Joint Base Langley- Eustis requests a quote for an Offline Player with a server based solution which is a replacement for the existing Saba Anywhere Player. The North American Industrial Classification System (NAICS) Code 511210 quote mark Software Publishers quote mark, size standard is $35.5M. This requirement will be restricted to Small Businesses and only qualified offeror's may submit quotes. Interested persons may identify their interest, capabilities and submit quotes using the Schedule B provided below. Quotes shall be e-mailed to Norma Wells-Green, Contract Specialist, at norma.g.wellsgreen.civ@mail.mil no later than (NLT) 12 Apr 2013, 1:00 p.m. EDT. The Contractor shall provide the following: Offline Player Server Software; Offline Player Client Access Licenses; 1st Year Maintenance for 30,000 Client Access Licenses; and Offline Player Integration. This acquisition requires the following capabilities for the offline player client-server solution: a)The offline player will communicate with the Army Learning Management System (ALMS) via the Saba application programmer interface using secure internet protocol. b)The offline player server component will be hosted on the Deployed Digital Training Campus (DDTC) LAN on a Windows 2008 server. c)The offline player server will communicate with both the ALMS over a satellite link and twenty one local workstations. d)Common access card (CAC) authentication is required on the workstations. e)User profiles are wiped from the workstations whenever a user logs off. f)Users do not have to access the same workstation when returning to training. g)All communications (course registration, new content download and posting of results) with the ALMS will be through the server module. h)Frequently used content will be preloaded in server content repository. The offline player will look to this repository for content before looking to download content from the ALMS. i)User data will be synchronized via the server module with no user intervention. 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation - Commercial Items 52.212-3, Alt I, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses, as cited in 52.212- 5, are included: 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.232-33, 52.233-4, and 52.237-1. 52.204-7, Central Contractor Registration 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Class Deviation 2012-O0004) 52.252-1, Solicitation Provisions Incorporated by Reference HTTP://FARSITE.HILL.AF.MIL HTTP://WWW.ACQ.OSD.MIL/DPAP/DARS/INDEX.HTML HTTP://ACQUISITION.GOV/COMP/FAR/INDEX.HTML 52.252-2, Clauses Incorporated by Reference HTTP://FARSITE.HILL.AF.MIL HTTP://WWW.ACQ.OSD.MIL/DPAP/DARS/INDEX.HTML HTTP://ACQUISITION.GOV/COMP/FAR/INDEX.HTML 252.204-7004, Alt A, Central Contractor Registration (52.204-7) Alternate A 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFARS/FAR clauses, as cited in 252.212-7001 are included: 252.203-7000, 252.225-7036, 252.227-7015, and 252.232-7003. 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 52.209-6, Protecting the Government's Interest When Subcontracting with Contactors Debarred, Suspended, or Proposed for Debarment 52.247-34, FOB Destination 252.204-7003, Control of Government Personnel Work Product 252.211-7003, Alt I, Item Identification and Valuation This award is subject to payment via Wide Area Workflow only, 52.232-7006. Quotes are due NO LATER THEN 1:00p.m. EDT Friday 12 April 2013, via email (ONLY) to norma.g.wellsgreen.civ@mail.mil and quotes must clearly indicate the offeror is a Small Business Contract Specialist: Norma Wells-Green, 757-878-3166 x3292. It is the offeror's responsibility to verify timely receipt. Any quote not received prior to the deadline above will be considered to be late and will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f66aff741619c8d4da3a5654107ae8eb)
- Place of Performance
- Address: Fort Eustis (Joint Base Langley-Eustis) Enterprise Management Center Lee Blvd Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN03026098-W 20130404/130402234613-f66aff741619c8d4da3a5654107ae8eb (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 |