Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2002 FBO #0332
SOLICITATION NOTICE

D -- Patron Entrance/Exit Survey

Notice Date
10/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Information Technology Services (3T), John Wanamaker Building 100 Penn Square East, 8th Floor, Philadelphia, PA, 19107
 
ZIP Code
19107
 
Solicitation Number
R320030161
 
Archive Date
11/27/2002
 
Point of Contact
John Burkhardt, Contract Specialist, Phone 609-601-8494, Fax 609-926-8795, - John Burkhardt, Contract Specialist, Phone 609-601-8494, Fax 609-926-8795,
 
E-Mail Address
john.burkhardt@gsa.gov, john.burkhardt@gsa.gov
 
Description
Statement of Work. Technical questions should be directed to Bill Palmer at 7570467-2079 Client Order ID# R320030161 17 October 2002 1.0 General. This document provides a Statement of Work (SOW) to contract for a Patron Entrance/Exit Survey for the Defense Commissary Agency (DeCA), Ft. Lee, VA. 1.1 Organization to be supported: Defense Commissary Agency (DeCA) 1300 E Avenue Fort Lee, VA 23801 1.2 Scope: This is a Performance-based Firm-Fixed Price (FFP) Task Order. This statement of work (SOW) defines the effort to obtain and test kiosk technology as a means of administering point-of-service customer feedback surveys at DeCA Commissaries entrances and/or exits. 1.2.1 Clearances. Not applicable. 1.2.2 Privacy Act: Not applicable. 1.2.3 User Community. Commissary patrons. 1.3 Project Objectives and Background. 1.3.1 The objective of this task order is to provide kiosks in support of DeCA?s Entrance/Exit Survey initiative. This initiative is composed of two parts: a demonstration pilot and full implementation. Full implementation will occur in four optional lots. 1.3.2 Background: The Defense Commissary Agency operates an efficient and effective commissary system that provides a benefit in the form of significant savings and high quality grocery stores, which improve the quality of life of its patrons and enhance military readiness and retention of quality personnel. DeCA is focused on measuring and improving customer service to further improve the quality of life of its patrons and further enhance military readiness and retention of quality personnel. 1.4 Period of Performance: The Base Period of Performance for this task is from 12 November 2002 through 11November 2003 or from date of award for one year. There is one Optional Period for the procurement of Optional Lots: 12 November 2003 through 11 November 2004. 2.0 Specific Requirements. 2.1 Pilot demonstration. 2.1.1 In order to improve customer service, DeCA must be able to measure customer service levels. DeCA must consider automated, user-friendly methods for collecting feedback from customers at the point of service on a regular basis. DeCA requires one (1) prototype Touchscreen Customer Survey Kiosk to be installed in the Fort Lee Commissary. 2.1.2 The Kiosk must be durable, freestanding, easy to implement, and easy to use. 2.1.3 Kiosk must use open architecture design and COTS components. 2.1.4 Kiosks must include software to display and collect responses to any type of question, including true/false, multiple-choice, multiple response, rating/average, ranking, and open-ended/fill-in-the-blank. 2.1.5 Kiosks must be fully functional without requiring LAN or Internet connectivity. 2.1.6 Kiosks must be scalable for future upgrades for both hardware and software, including but not limited to the ability to dispense printed output, connect to the Internet, be remotely updated and monitored. 2.1.7 Kiosk must include all of the hardware, software and content necessary to fully administer DeCA?s initial customer feedback survey. 2.1.8 Kiosk must provide the capability for the store personnel to enter the store DoDAAC. The DoDAAC must be part of the response data. 2.1.9 Response data must be recorded and saved to a locally stored flat file, to be retrieved by DeCA personnel for analysis and reporting. 2.1.10 The display should be configurable to accommodate varying font sizes and colors for the visually impaired. The viewable screen should be large enough to accommodate larger font size without requiring horizontal scrolling. All solutions must be compliant with the Americans with Disabilities Act, Section 508(c). 2.2 Full deployment. 2.2.1 If the results from the pilot demonstration are favorable then DeCA will require an estimated 444 additional kiosks to be deployed in DeCA Commissaries worldwide (Continental U.S.A (CONUS) and Outside Continental U.S.A (OUTCONUS)). Additional kiosk will be purchased as Optional Lots. 2.2.2 Each kiosk will be deployed according to DeCA?s projected schedule: Optional Lot Deployment Period CONUS OUTCONUS LOT 1 12 NOV 03 ? 13 FEB 04 55 55 LOT 2 14 FEB 04 ? 14 MAY 04 55 55 LOT 3 15 MAY 04 ? 14 AUG 04 55 55 LOT 4 05 AUG 04 ? 11 NOV 04 57 57 TOTAL 222 222 Table 1. Projected deliverables deployment schedule. 2.2.3 Requirements as listed in 2.1.2 through 2.1.9. 2.3 Maintenance. 2.3.1 The vendor must identify best warranty available including length of warranty and response time. 2.3.2 The vendor must demonstrate the ability to support hundreds of Kiosks installed at military installations worldwide. 2.4 Training. 2.4.1 Training documentation relating to kiosk support must be provided to store personnel at time of installation. 3.0 Government Furnished Equipment (GFE) and Government Furnished Information (GFI). 3.1 No GFE anticipated. 3.2 GFI will be provided as required. 3.2.1 Acknowledgement of GFI request will be within five business days of request. 3.2.2 Information request will be considered ?acknowledged? when arrangements of a delivery date for the information to the contractor is made with the contractor. 4.0 Other Information: 4.1 Place of Performance. 4.1.1 Onsite: Fort Lee Commissary 400 Shop Road Fort Lee, VA 23801 4.1.2 Off-site: Contractor?s home office. 4.1.3 Normal working hours is from 0730 ? 1930 hours Tuesday through Sunday. 4.2 Current working environment: The client activity is an entrance/exit grocery store environment. 4.3 Points of Contact: 4.3.1 DeCA Client Representative (CR): Mr. Clyde R. Dancy HQ Defense Commissary Agency 1300 E Avenue Fort Lee, VA 23801-1800 (O) 804-734-8835 (F) 804-734-8339 E-mail: dancycr@hqlee.deca.mil 4.3.2 GSA Information Technology Manager (ITM)/COTR Mr. William Palmer, Jr. GSA-FTS, Mid-Atlantic Region (3TR) 4494 Paddock Lane Virginia Beach, VA 23464-3313 E-mail: william.palmer@gsa.gov 4.3.3 Alternate GSA ITM/COTR Ms. Janice R. Johnson GSA-FTS, Mid-Atlantic Region (3TR) 1609 Swan Lake Crescent Chesapeake, VA 23321 (O) 757-465-9437 (F) 757-465-9853 Email: janice.johnson@gsa.gov 4.3.4 GSA Contracting Officer (CO): Mr. John A. Burkhardt (3TS) 100 Penn Square East Philadelphia, PA 19107 (O) 609-601-8494 (F) 609-926-8795 E-mail: john.burkhardt@gsa.gov 4.3.5 Questions with regards to this SOW should be submitted to Mr. John A. Burkhardt with copy to Mr. William Palmer via e-mail. 4.4 Performance-based Matrix. (See Attachment A.) 5.0 Evaluation Factor and Proposal Instructions. 5.1 Evaluation Factors are listed in descending order of importance: 5.1.1 Technical 5.1.2 Price 5.2 Proposal Instructions. The Government is requesting a Firm-Fixed Price (FFP) type proposal in response to this RFQ. Offerors are advised that award of this task order will be based upon a Best Value determination, where technical proposals will be considered significantly more important than price. Offerors are further advised that the Government intends to make an award on the basis of initial proposals without discussion. As a result, offerors shall be certain to present their most advantageous proposal, which clearly meets all requirements of the SOW and complies completely with all proposal submittal requirements. 5.2.1 Proposal Submittal: Contractors shall submit proposal via GSA?s IT Solutions Shop (ITSS), http://it-solutions.gsa.gov. 5.2.2 Please carefully review the requirements of this SOW. The proposal for this task order shall be presented in the form of a written proposal, which shall include two separate volumes: Volume I?Technical Proposal and Volume II?Pricing Proposal. 5.2.3 Volume I?Technical Proposal. The Technical Proposal shall not exceed 8 double-spaced pages (12 pt type ? one page equals one side of a sheet of paper). Any resumes submitted, as part of the Technical Proposal will be excluded from the page count. 5.2.3.1 Past Experience: The contractor?s proposal shall describe one (1) project the firm has completed which is similar in size (FTE) and scope (type of work) to the existing SOW. The Government will place greater value on experience that is most directly related to the SOW requirements and levels of experience required. 5.2.3.1.1 For the project described, the contractor shall provide current contracting and technical points of contact with current phone numbers and titles to allow the Government to verify experience and past performance information contained in the proposal. References should be identified for any major subcontractor or teaming partner, if applicable. 5.2.3.1.2 Past Experience will be excluded from the Technical Proposal page count limitation. 5.2.4 Volume II?Pricing Proposal. There is no page limitation established for the Pricing Proposal. Technical information included within the Pricing Proposal will not be considered in the technical evaluation. Spreadsheets need not be ?double-spaced,? however; print included in the spreadsheet should be of comparable size to 12 pt type. 5.2.4.1 The Pricing Proposal shall price the Base POP and Optional Periods separately. The Optional Periods shall have each LOT priced separately. There shall be a summary page of all cost. 5.2.4.2 The total cost entered into ITSS shall be the summary of all cost. 5.2.4.1 Travel: Not Applicable 6.0 Invoicing and Payment: 6.1 Invoicing: The contractor shall submit an invoice at the acceptance of each deliverable (first kiosk and each LOT thereafter) by the Client Representative. 6.2 The appropriate GSA office will receive the invoice by the twenty-fifth calendar day of the month after the end of the POP for the invoice. Included with the invoice will be all backup documentation required such as, but not limited to, travel authorizations and training authorizations (including invoices for such). The receiving agency's written acceptance with the signature of the authorized customer representative and the date of acceptance will be included as part of the backup documentation. If the invoice is received without all of the required backup documentation, especially the customer's written acceptance, the invoice will be rejected. The Government reserves the right to require certification by a GSA COTR before payment is processed. 6.3 Client Acceptance. The following client acceptance statement shall be on all invoices (handwritten accepted): ?I certify these charges and authorize payment. (Client Representative?s Signature and Date.) Attachment A: Performance-based Matrix Attachment A: Performance-based Matrix
 
Place of Performance
Address: See SOW
 
Record
SN00195091-W 20021030/021028213547 (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.