Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2002 FBO #0274
SOLICITATION NOTICE

D -- Content Management System to publish multimedia content to Internet Web sites

Notice Date
8/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
 
ZIP Code
20237
 
Solicitation Number
SOL-02-0830
 
Point of Contact
Brent Peavler, Contracting Officer, Phone 202-619-3545, Fax 202-260-0855,
 
E-Mail Address
bpeavler@ibb.gov
 
Description
(i) 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. (ii) The solicitation number for this procurement is SOL-02-0830 and this solicitation is issued as a request for proposal (RFP). (iii) This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-008. (iv) The Contracting Officer has found and determined that the nature of the supplies to be provided is appropriate for an ?unrestricted? procurement. (v) Line Item 1, Content Management System. The Offeror shall deliver base CMS software and any additional code required to successfully meet requirements established in this SOW. Software and code will be delivered in phases. The Offeror shall first provide a testing and evaluation Web site for testing by IBB personnel. After the Offeror and OID agree upon necessary customizations and modifications a second version of the CMS will be provided. Once IBB has approved these changes and modifications The Offeror shall deliver final product for Installation. Quantity: 1 Ea. Line Item 2, Project Management Support. The Offeror shall provide management oversight to deliver the services and products described in the Statement of Work attached to this notice. The Offeror shall provide a Project Manager (PM) and Technical Coordinator (TC) to interact with IBB's Authorized Representative of the Contracting Officer (AR/CO) and IBB?s TC. The Offeror shall provide engineering and technical support to plan, develop, test and implement CMS. The Offeror?s personnel shall have the capability to interact with IBB's technical and management staff on a daily basis. The Offeror shall provide logistics, procurement resources, and facilities necessary to purchase, control, and report on the equipment, materials, supplies, software, and services required for the performance of the efforts defined in the SOW. Quantity: 1 Ea. Line Item 3, Testing and Evaluation Web site. Two weeks following the award of the contract winning Contractor will provide a fully functional testing intranet Web site for multiple OID/IBB personnel to start becoming familiar with the base CMS. This Web site will be password protected and accessible 24/7. Quantity: 10 Accounts. Line Item 4, Projection Documentation. The Contractor shall perform technical writing and editing tasks for the system?s design, development, and specification of the hosting hardware and support. The contractor shall review and edit documents, manuals, reports, and other documentation for accuracy, literacy, and technical contents. The contractor shall deliver documentation in both hard copy and on electronic media. Quantity: 1 Ea. Line Item 5, Globalization Report. Contractor must provide a third-party globalization report of its source code that offers a detailed review of all known issues with the support of international char-sets that relate to the languages in use by IBB. For a list of languages visit http://www.voanews.com. Quantity: 1 Ea. Line Item 6, Monthly Technical Support The Offeror shall provide 24/7 technical phone support for up to six months from date of final launch online development testing and evaluation environment. This support will include bug fixes and code evaluation. Quantity: 6 Mo. Line Item 7, Training Program. The Offeror shall prepare and deliver a written training program that thoroughly briefs OID/IBB developers and internal users on the function of the application and how the components work together. Quantity: 1 Ea. Line Item 8, One-day class, onsite training for IBB technical staff. Quantity: 3 Classes. Line Item 9, One-day class, onsite training for IBB users, Quantity: 3 Classes. Line Item 10, Detailed training manual for technical staff whose content is mutually agreed upon prior to creation. Quantity: 10 Ea. Line Item 11, Detailed training manual for end users whose content is mutually agreed upon prior to creation. Quantity: 100 Ea. Line Item 12, Installation of Final CMS code on hosting and Development servers. The Offeror shall provide onsite technical support to install final CMS code on IBB?s hosting and development servers. The Offeror shall coordinate with IBB?s offsite hosting service provider for making any necessary changes to Cold Fusion 5.0 and SQL 2000 settings. Quantity: 1 Ea. (vi) The Content Management System shall accommodate over 200 simultaneous individual content producers, multiple web sites, and thousands of visitors. It shall display content in at least 53 Languages, and allow for updates several times per hour. It shall publish text, audio, video, images and other multimedia content that are produced in 53 languages. In addition, there are training and documentation requirements. Please see the attached Statement of Work for a complete description of this requirement. (vii) Dates and place of delivery are described in the attached Statement of Work. Acceptance is FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, is hereby incorporated by reference. The evaluation factors follow, in order of importance: (i) technical; (ii) price. Past performance will also be evaluated by the Government (see FAR 15.304). The offeror shall provide at lease three current references for similar work to help the government in its non-price evaluation of the Offerors proposal. The evaluation criteria, methods, and other evaluation information follow. EVALUATION CRITERIA 1. Functionality ? Does proposed CMS meet the usability requirements of the SOW? How easy is it to create multimedia articles and post them to news and information Web sites? Can it publish text, audio, video, and images with captions? Can this be done with little HTML and technical knowledge on part of editors? Can articles be posted quickly and updated easily in a news environment? Is the workflow intuitive? Can editors preview articles before publishing to a public site? Does it allow for approval process by other editors before publishing? Does it allow for a digital asset library? 2. Design ? Can IBB designers create custom templates to accommodate the many types of Web sites at IBB while at the same time preserving a general look and feel of IBB Web sites? Can CMS create content containers for 1st, 2nd, and 3rd level containers? 3. Multilingual Capabilities ? Can the CMS publish articles in IBB?s many languages? Is it Unicode compliant? 4. Technical I ? Does it run on Cold Fusion and SQL 2000? Does it work in a third party hosting solution? Can the CMS run successfully on a standardized platform such as Windows 2000? Does CMS run effectively on a clustered server environment? 5. Technical II ? Is the CMS scalable so that IBB developers can code additional functionality? Is it browser based? Does it accommodate Web sites with different URL addresses? Is CMS able to import or leverage existing content from applications residing on other servers and Web sites? Does it support text only versions of the Web sites? Does it support search and archive retrieval? 6. Administration and Security ? Can the CMS support at least 200 simultaneous content producers? Does it allow systems administrators to assign individual user permissions with a combination of permission settings for different groups? Does CMS permit scheduled tasks for routine maintenance? Does CMS generate log files to diagnose problems? 7. Technical, documentation and training support ? What is the quality and degree of technical support that provided by the Offeror to plan, implement, and maintain the CMS? What is the experience level of the Offeror? What level of training, both on site and in written form (training manuals) will the Offeror provide? 8. Intranet Web Site Performance (mandatory). Offerors shall provide an Intranet Web site that will permit IBB technical staff to evaluate their base Content Management System. This Web site shall be available 24/7 and fully functional during the evaluation period. In addition, the Offeror shall provide CMS and database architecture documentation, e.g. database schema, use case diagrams, sequence diagrams. Offerors that do not provide the Intranet and documentation will not be considered for award (ie, if this evaluation criteria is not met, the other factors will not be evaluated.) IBB staff will be using the attached list of criteria to determine if submitted CMS proposals meet minimum requirements. If an Offeror?s base CMS does not meet these requirements, then the Offeror shall provide a statement indicating which requirements they are unable to meet and how they propose to fulfill these requirements. Offerors shall provide load testing measurement results that demonstrate the stability of the CMS and whether it can handle heavy traffic and large numbers of simultaneous internal users. Testing and Evaluation Criteria for submitted Intranet Web site: Upon receipt of an URL and password from the Offeror OID will test the site in English and at least one of the following languages (therefore all languages should be ready to be tested): 1. Arabic 2. Chinese 3. Farsi 4. Russian 5. Spanish The following 13 capabilities will be tested during the evaluation of the Intranet Web site (for evaluation criteria number 8): 1. Creating and editing an article. 2. Ranking the article and changing rank on page. 3. Upload and edit audio, video, and image files, including adding captions for an image in English and in other languages. 4. Attach an audio, video, and image to an article. Add related articles to the main story. 5. Test the workflow. Have an author create something as an "editor" approve/publish it. Review levels of access assignments--can an editor only edit, or does the editor automatically inherit all author rights. 6. How easily can a user change page layout and colors with templates? 7. How easily can a user alter the stylesheets on the pages? 8. Check dynamic site mapping ability. 9. Add metadata to the pages (and articles) in English and in language. 1. Test of the email sign up for a cyberjournal. Send a test email. 11. Review and test the XML exporting of the article we created. 2. Review the performance monitoring functions 13. Review the SQL database's design and structure to determine if the database is normalized and optimized for perform (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (This provision can be found at the following web site: http://www.arnet.gov/far/) (xi) FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and incorporates the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C.253g and 10 U.S.C.2402); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8, Utilization of Small Business Concerns (15 U.S.C.637(d)(2) and (3)); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O.11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C.4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.793); 52.225-1, Buy American Act ? Balance of Payments Program ? Supplies (41 U.S.C.10a-10d); 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub.L.103-355, section 7102, and 10 U.S.C.2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer); Alternate I of 52.219-23; 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C.3332); 52.239-1, Privacy or Security Safeguards (5 U.S.C.552a). (xiii) The following clause is incorporated by reference: Rights in Data-Special Works (June 1987) The following Provision is included in this solicitation: 52.216-1 -- Type of Contract (Apr 1984) The Government contemplates award of a Firm-Fixed-Price resulting from this solicitation. (End of Provision) The performance term is described in the Statement of Work (attached to this notice). (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this procurement. (xv) No numbered notes apply to this procurement (xvi) The offerors shall provide two separately bound proposals: 1) price, and 2) non-price (technical capability, past performance). Three copies of the non-price proposal are required. Offers are due by 2:00 PM on September 16, 2002 at the following address: Broadcasting Board of Governors (BBG) International Broadcasting Bureau (IBB) Office of Contracts Room 2517, Switzer Building 330 Independence Ave., SW Washington, DC 20237 Attn: Brent Peavler, M/CON Ph: (202) 619-3545 Offers will not be accepted via e-mail or facsimile. (xvii) Information regarding this solicitation can be obtained by calling the contracting officer, Brent Peavler, at (202) 619-3545, or via e-mail at bpeavler@ibb.gov. All interest parties may submit an offer, which will be considered by the BBG/IBB. The Statement of Work for this procurement is an attachment to this notice. Questions regarding this Commercial Item solicitation will be accepted in writing (by e-mail only to bpeavler@ibb.gov) until 2:00 p.m., Friday, September 6, 2002. Prospective Offerors should check this web sit often to obtain any amendments to this solicitation. Offeror?s proposal must acknowledge receipt of and respond to the requirements of all amendments to this solicitation.
 
Record
SN00155551-W 20020902/020831213037 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.