Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2004 FBO #0943
SOLICITATION NOTICE

D -- SEC Fast Answers web-based service

Notice Date
6/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Securities and Exchange Commission, Procurement and Contracts Branch, Operations Center, 6432 General Green Way, MS 0-20, Alexandria, VA, 22312-2413
 
ZIP Code
22312-2413
 
Solicitation Number
SECHQ1-04-Q-0052
 
Response Due
7/12/2004
 
Archive Date
7/27/2004
 
Point of Contact
Chamagne Luciani, Contract Specialist, Phone (202) 942-4022, Fax (703) 914-9226, - Chamagne Luciani, Contract Specialist, Phone (202) 942-4022, Fax (703) 914-9226,
 
E-Mail Address
lucianic@sec.gov, lucianic@sec.gov
 
Description
This synopsis/solicitation is for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement requests quotations and constitutes the only solicitation; a paper solicitation will not be issued. Request for Quotation number SECHQ1-04-Q-0052 shall be referenced on any quotation. This solicitation is being issued under the Simplified Acquisition Procedures (SAP), FAC-22 and 23 for full and open competition and is unrestricted. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This contract action will result in a Firm Fixed Price Purchase Order. The U.S. Securities and Exchange Commission?s (SEC), Office of Information Technology (OIT), requires web-based maintenance services for a commercial off-the-shelf (COTS) software product that allows members of the public to ask investor questions and receive instant answers through the ?Fast Answers? section of public website for the U.S. Securities and Exchange Commission (SEC). This requirement shall be quoted with a base year plus two option years. C.1.1 Background. The SEC Office of Investor Education and Assistance (OIEA) decided approximately three years ago to use technology to provide better customer service to the investors and other members of the public who contacted them with questions, especially in light of the fact that the questions asked were all very similar. The SEC currently uses a service from Broad Daylight, Inc. C.2.0 Applicable Documents. The service shall comply with all applicable provisions of Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) as amended by the Workplace Investment Act of 1998. C.3.0 Requirements C.3.1 Section 508. The service shall comply with all applicable provisions of the standards issued by the Architectural and Transportation Barriers Compliance Board (Access Board) (http://www.access-board.gov/sec508/guide/) to ensure the accessible use of Federal electronic and information technology. See also C.2.0. C.3.2 Required Service Features. The service shall capture frequently asked investor questions and their answers and make them available to the public in a user-friendly format. Additionally, the service shall serve as a research tool for the questions of SEC personnel. C.3.3.1 The service shall provide answers based upon the words used in the questions typed in by members of the public. Whenever a person asking a question is not satisfied with the answer received or wishes to ask another question, the service shall link the person to the SEC Question Form, a web-based form hosted in-house at the SEC. The service shall provide satisfactory answers often enough to ensure that the number of Question Form referrals received by the SEC does not increase. C.3.3.2 The service shall use an open (nonproprietary) question and answer database that the public can access through external Internet search engines such as Google or Yahoo. C.3.3.3 The service shall allow SEC personnel to easily add, edit, and delete questions and answers and respond to questions from both desktop computers and handheld /wireless devices, from which the information is published to the web. The service shall allow for essentially unlimited categories and topics. C.3.3.4 The service shall support connection with multiple independent question and answer databases across various offices and divisions of the SEC, each of which might have a different user interface. C.3.4 Required Service Support C.3.4.1 Installation, Configuration, Database Conversion. The contractor shall install and configure the service and incorporate all information available in the current service. C.3.4.2 Documentation. The contractor shall provide the following electronic documents: 1) training materials; 2) promotional collateral; 3) how-to guides; and 4) help files useful in the online answering of questions; 5) all data pertaining to the SEC located in the database at the term of the contract. The SEC shall have the right to customize and distribute these documents. C.3.4.3 Service Maintenance. The contractor shall provide the SEC with all updates and enhancements to the service and its documentation. C.3.4.4 Technical Support. The contractor shall provide 1) a password-protected website containing accurate, current support and user help information; 2) a public website containing end-user help information; 3) phone support during normal business hours; 4) emergency phone support available 24 hours per day, 7 days per week. The contractor shall maintain a password-protected unit of the service dedicated to problem reporting and enhancement requests. The SEC shall be able to report problems 24 hours a day, 7 days a week. F.1 Period of Performance. The period of performance is from date of award through one year. Option year one, if exercised, shall be from date of option exercise through one year. Option year two, if exercised, shall be from date of option exercise through one year. Award is anticipated in July 2004. The Government intends to issue a purchase order for the above items to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors which are in descending order of importance, shall be used to evaluate quotes: (1) technical acceptability, (2) past performance for requirements that are similar to the SEC?s Statement of Objectives (offerors shall provide complete client contact information so that reference checks may be conducted), and (3) price. If options are awarded, the Government will evaluate offers for award purposes by adding the total price of all options to the total price of the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). This evaluation shall be based on information provided by the contractor. The Government is not responsible for locating or securing any information, which is not identified in the Capabilities Statement or quotation, but may do so at its discretion. Only authorized representatives shall submit quotes. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. Capabilities Statements that do not include prices for all items will not be considered. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212.1, Instructions to Offeror- Commercial Items (JAN 2004); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering delivery time, technical acceptability, and price. The Government reserves the right to award without discussions. However, the SEC also reserves the right to conduct discussions, if later determined to be necessary, with offerors making the competitive range (i.e., the most highly rated proposals, unless the range is further reduced for the purposes of efficiency); FAR provision 52-212-3, Offeror Representations and Certification-Commercial Items (MAY 2004) - all offerors shall include a completed copy of this provision with their quote; FAR clause 52-212-4, Contract Terms and Conditions- Commercial Items (OCT 2003); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2004) - in paragraph (b) the following clauses apply; 52.203-6 Alternate I, 52.222-3, 52.222-19,52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,52.232-33,52.232-36, 52.239-1, 52.222-41,52.222-43, 52.222-44; FAR provision 52.217-5, Evaluation of Options (JUL 1990); FAR provision 52.217-9, Option to Extend the Term of the Contract (MAR 2000). Clauses incorporated by reference may be accessed in full text at www.arnet.gov/far. All technical quotes and price quotes from responsible sources will be considered. Questions may be submitted on or before June 29, 2004 at 4:30 PM EST. The price quote shall be submitted as a completely separate document from the technical quote. Two (2) copies of each technical quote and two (2) copies of each price quote shall be submitted to Chamagne Luciani. Proposals shall be clearly marked with RFQ no. SECHQ1-04-Q-0052. Proposals may be e-mailed to LucianiC@sec.gov no later than 12:00 Noon EST, July 12, 2004. No other methods of submission will be accepted.
 
Place of Performance
Address: 6432 General Green Way, Alexandria, VA
Zip Code: 22312
Country: USA
 
Record
SN00609856-W 20040626/040624212722 (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.