This is solicitation number EOSYD1RI048 and is issued as a request for quotation (RFQ).
This requirement is a 100% Small Business Set-Aside with a primary NAICS of 811212, size standard of $25M.
Title: Annual Maintenance and upgrades for Centurion 3270 Mainframe Emulation Software.
Price: This is a proposed Firm Fixed Price contract type
SOLICITATION CLOSING DATE: All quotes must be received by 13:00 EDT, Tuesday, September 28, 2010. Preferred delivery method is via email: [email protected]
Please send ALL questions, comments or concerns in regards to this solicitation through email at [email protected]
Required Items:
Ongoing Maintenance for the Centurion supplied Interactive Voice Response System (IVRS) installed at DFAS Cleveland. Coverage shall be 08:00 A.M. to 17:00 P.M. Monday through Friday, excluding holidays. A current image backup of the production IR servers must provided in the event of a catastrophic loss which would require that the server(s) be rebuilt on new hard drives.
The IVRS are comprised of : One (1) 96 port SunFire 240V IVR; One (1) 120 port SunFire 240V IVR; One (1) 2 port development SunFire 240V IVR, Two (2) HP Servers.
Line Item 0002: Professional Voice Recording for one hundred fifty (150) phrases to be billed as recorded.
Line Item Description QTY U/I Unit Price Total Price
0001 Centurion IVRS production and development maintenance 12 Month $ $
Total $
The Period of Performance (POP) will be: October 1, 2010 through September 30, 2011.
Basis For Brand Name Requirement: Centurion, Inc. is the only provider of software upgrades and maintenance for their proprietary 3270 mainframe emulation software. Replacement of the software may be possible; however TSO-CL was unable to obtain cost estimates for this. Replacement of the entire IVRS system is estimated at $400,000.00, and would require that both the Cleveland and Indianapolis systems be replaced at a total estimated cost of $800,000.00. Like systems are required for both sites for COOP purposes. Re-writing the applications for the new systems is estimated at $75,000.00 for each site for a total estimated cost of $150,000.00. This is a reasonable estimate however changes in application development software may impact cost. The timeline for replacement of the system is sixteen months from funding availability.
Having reviewed all pertinent information available it is believed that retaining maintenance on the existing software is the most reasonable and cost effective alternative at this time.
Provisions and clauses:
The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-43, Effective 02 August 2010. The Defense Priorities and Allocations System (DPAS) assigned rating is DO-C9. The Government intends to include the following DFAS, FAR and DFARS clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFARS clauses may be accessed in full text at http://farsite.hill.af.mil/. DFAS Clauses are available by contacting the Point of Contact.
FAR 52.212-1, Instruction to Offerors-Commercial (Jun 2008);
FAR 52.212-2, Evaluation Commercial Items (Jan 1999);
FAR 52.212-3, Offeror Representations and Certifications- (Aug 2009) NOTE: Offerors are to complete when returning their offer;
FAR 52.212-4, Contract Terms and Conditions- Commercial Items (Jun 2010);
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial items (Jul 2010);
FAR 52.217-8 Option to Extend Services (Nov 1999);
FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998);
FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984);
DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008);
DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992);
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010);
DFARS 252.232-7010, Levies on Contract Payments (Dec 2006);
DFAS 252.223-9000 Environmentally Preferable products (Oct 2007);
DFAS 252.232-9000 Wide Area Work Flow (WAWF) Instructions (Jan2010).
DAS 52.39-9000 Representation of Compliance with the Electronic and Information Technology Accessibility Standards (May 2003);
DAS 52.39-9001 Accessibility of Electronic and Information Technology (May 2003);
DFAS DCG 204.2 Replacement of Paper Document Distribution Electronic Document Access (EDA)
INVOICES: Shall be submitted via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract. Reference DFAS Clause 252.232-9000.
Offerors should include a copy of the provision at FAR 52.212-3 Offeror Representations and Certifications with offer.
BASIS FOR AWARD: The basis for award selection is Lowest Price Technically Acceptable. The Government will award to the offeror whose proposal is determined to be technically acceptable at the lowest price, determined to be Fair and Reasonable. Award will be made to a single offeror.
Payment: Invoices shall be submitted to the COR/GPOC (Acceptor) as a 2-in-1 or Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference, clause 252.232-7003 applies). When the 2-in-1 or Combo invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and, if it is correct, accept it electronically and forward it for payment. Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. Other applicable clauses are: DFAS52.232-9000 (WAWF), and DFAS 52.223-9000 (Environmentally Friendly Products).
CCR: Ensure that you provide your cage code and company name when responding. Note that in order to do business with the Government, companies must be registered in the CCR (Central Contract Registration). You also must have an assigned Cage Code that can be obtained when you do your CCR registration. The web site is www.ccr.gov.
Offeror Information:
Cage Code: __________________
Company Name: ______________
Point of Contact: ______________
Telephone Number: ____________
Email Address: ________________
TIN (Taxpayer Identification Number): ________________
DUNs Number: ___________________________________
Business Size/Classification: _____________________
Date: ______________________
Remittance Address (List if Applicable):
_________________________
_________________________
_________________________
_________________________
Offers are due by 13:00 EDT on 28 September2010.
Facsimile and e-mail quotes are acceptable and preferred
Offers may be submitted by mail and forwarded to:
Point of Contact: Nevae' Roberson
DFAS Contract Services Directorate
3990 E. Broad Street
Bldg. 21, Room 2B218
Columbus, OH 43213-1152
Phone Number: 614-693-6082
Fax Number: 614-693-5674
E-mail address: [email protected]