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
|
|
|