Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,2000 PSA#2666

Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238

D -- DATABASE MODIFICATION SOL F0865000T2407 DUE 082800 POC Diane Hines, Contract Specialist, Phone 321-494-6051, Fax 321-494-5136, Email diane.hines@patrick.af.mil -- Roxanna Roda, Contracting Officer, Phone 321-494-4394, Fax 321-494-5136, Email WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F0865000T2407&LocID=516. E-MAIL: Diane Hines, diane.hines@patrick.af.mil. Sole Source for Database Modification. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. IMPORTANT NOTICE: FAR 52-232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration and DFARS 252.204-7004 Required Central Contractor Registration requires registration in the CCR database. CONTRACTORS MAY REGISTER ON-LINE AT HTTP://WWW.CCR2000.COM/. IT_S MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. CALL DUN & BRADSTREET (1-800-333-0505) TO OBTAIN. AWARD CANNOT BE MADE UNLESS REGISTERED. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. F08650-00-T-2407 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 97-18 and thru Defense Acquisition Regulation Supplement DCN 20000627. It is advertised with a Standard Industrial Classification Code (SIC) of 7371, with a size standard of $18M. This solicitation is 100% set-aside for small business. Intended source is Command Technologies, Inc. The government intends to award a Firm Fixed Price Purchase Order under Simplified Acquisition Procedures (SAP). 45 CONS, Patrick AFB, FL, has a requirement for the following: Second Database Modification with 4 unpriced options with work to be defined after completion of each module. The contractor must identify, evaluate, recommend, test and install a software application capable of following functions: A Master and Individual Course Calendar capability for all (DA, DE, DX, off-site, traveling, etc.) DEOMI courses. Must be able to view these calendars on annual, quarterly and monthly calendars using different color fonts to differentiate the courses (i.e. EOA-Orange, EOARCC-Green, etc.).Font colors and corresponding courses will be provided by DEOMI prior to contract award. A Resource Calendar for the institute. Develop a schedule for the usage of the Decision Room, 2 auditoriums, 4 conference rooms (CC, DA, RC, DX), and 12 small group rooms. Due to the potential 24-hour utilization of facilities, this portion of the database must be capable of scheduling these resources on a 24 hour per day, seven day a week schedule. In addition the database must possess the ability to _de-conflict_ time and usage, with use of priority system. Ability to view and produce a report on the facilities being are used and not used. A DEOMI Master Events Calendar capability for the institute. This portion of the database must have the capability to schedule all recurring and non-recurring DEOMI events. This portion of the database must have the additional capability to _de-conflict_ events through the use of a priority system. A Directorate Events Calendar capability. This portion of the database must have the capability to track the Commandant_s, DEOMI Directors_, and DEOMI Deputy Directors_ (approximately 25 personnel) TDY events, meetings, training, leave, etc. This portion of the database must have the additional capability to show available and non-available hours for these personnel. The database must also have the capability for the individual to accept a scheduling conflict. This provides the individual the capability to send a representative to a specific event/meeting on their behalf. In addition, the database must have the capability for these personnel to schedule non-available hours unrelated to specific events. This is to provide the individuals with the capability to establish un-interruptible time at their desk. Finally, this portion of the database must have the capability to _de-conflict_ schedule overlaps with all other Individual Directorate Events Calendars, the DEOMI Master Events Calendar, and the Master and Individual Course Calendars. These calendars must be capable of being displayed in an _overlay_ fashion to help with the _de-conflicting_ of multiple events. A Master and Individual Instructor and Facilitator Scheduling capability. Develop a master and individual schedule(s) for Instructors and Facilitators (approximately 100 personnel) with the course they are teaching/facilitating. This portion of the database must also have the capability to track the Instructor/Facilitators TDY events, meetings, training, leave, etc. This portion of the database must have the additional capability to show available and non-available hours for these personnel. In addition, the database must have the capability for these personnel to schedule non-available hours unrelated to specific events. This is to provide the individuals with the capability to establish un-interruptible time at their desk. This portion of the database must have the capability to identify and produce a report on which courses instructors and facilitators are qualified for. This includes Mobile Training Team (MTT) designees. Finally, this portion of the database must have the capability to _de-conflict_ schedule overlaps with the Master and Individual Instructor/Facilitator Schedules, the DEOMI Master Events Calendar, and the Master and Individual Course Calendars. These calendars must be capable of being displayed in an _overlay_ fashion to help with the _de-conflicting_ of multiple events. The contractor will provide a listing of potential software applications that meet a majority of the capabilities and functions defined above. This list should provide the names of the software application, the manufacturer, a point of contact (POC) with names and telephone number(s), a estimated price (both for individual and server based copies). This list should also review each required capability and function and provide an estimate as the candidate_s capability to meet the requirement fully/partially/non-compliant. The contractor will evaluate software candidates identified as defined above. All software applications recommended for elimination will be reviewed and approved by the designated DEOMI representative prior to removal. Traceability to eliminated software applications will be maintained including the reasoning for their elimination. The contractor will provide draft and final recommendations for software candidates identified. All recommendations will contain a review of capabilities and functions. In addition, the contractor will provide details on what capabilities and functions the candidate software does not possess or what modifications (tailoring) the software will require to possess theses functions and capabilities. The contractor will provide a final recommendation for tested software candidates identified. This final recommendation will contain all data described above. In addition, this recommendation will review supportability aspects for the software candidate. These include recommendations on user and system administration documentation, training acquisition, and support agreements with vendor organizations. The details on supportability will include cost, level of support, and its estimated quality. The final recommendation will be reviewed and approved by the designated DEOMI representative prior to software acquisition. The contractor will develop draft and final test procedures for testing all recommended scheduling software candidates. These procedures will test the software_s compliance with the capabilities and functions described above. The final test procedures will be reviewed and approved by the designated DEOMI representative prior to implementation. The contractor will install the acquired scheduling software. The contractor will provide hands-on as well as technical expertise for the installation of the approved software application. This installation will include the designated server and up to 130 user workstations (as required). The government will designate all locations for the software installation. The contractor will provide a listing of all installed software locations, including software license numbers as available. The software must directly interface with the screens and menus developed forthe existing Microsoft Access database in use. The following provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors -- Commercial Items is hereby included by reference. The following are addenda to FAR clause 52.212-1; at paragraph (c), Period of Acceptance for Offers, the amount of time an offeror must hold its prices firm is hereby changed. An offeror must hold the prices in its proposal, firm for 60 calendar days from the date specified for receipt of proposals. Paragraph (e) multiple offers has been determined by the Contracting Officer to be non-acceptable to this solicitation and is hereby removed in its entirety for the purpose of this requirement. FAR provision 52.212-3 Offeror Representations and Certifications -- Commercial Items shall be completed and submitted with the proposal. FAR clauses 52.212-4 Contract Terms and Conditions -- Commercial Items hereby applies to this solicitation. The following are addenda to FAR clause 52.212-4. The following FAR Clause is hereby incorporated by reference: FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items hereby applies to this acquisition. In accordance with FAR clause 52.212-5, the following clauses are hereby incorporated by reference: FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Records on Special Disabled Veterans and Veterans of the Vietnam Era. Note: The full text of the FAR and DFARS can be accessed on the Internet at http://farsite.hill.af.mil. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices but must include the following information: Company_s complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), the company_s CAGE Code, Dun & Bradstreet number, and Taxpayer ID number. The government intends to make a single award to the responsible offeror that has the technical expertise to best continue modification of the existing database. Offers are due no later than 4:00 PM EST on 28 Aug 00 at 45 CONS/LGCBB Attn: Diane Hines, 1201 Edward H. White II St, Bldg 423, Patrick AFB, FL 32925-3238. Quotes may be faxed. For information contact Diane Hines, Contract Specialist at (321) 494-6051. See Numbered Note 22.***** Posted 08/15/00 (D-SN486013). (0228)

Loren Data Corp. http://www.ld.com (SYN# 0039 20000817\D-0008.SOL)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |


Created on August 15, 2000 by Loren Data Corp. -- info@ld.com