Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
SOLICITATION NOTICE

70 -- Project Management Software, Installation and Training

Notice Date
7/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, WA, 98661-3801
 
ZIP Code
98661-3801
 
Solicitation Number
DTFH70-05-Q-0029
 
Response Due
8/1/2005
 
Archive Date
8/16/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Request for Quotation is being issued by the Federal Highway Administration?s Simplified Acquisitions Department with the intent to procure a collaborative project management and process compliance web-based application software. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is a SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) code is 541519 with a size standard of $21.0 m. This solicitation is for procurement of software, installation and training at the following location: Federal Highway Administration, Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, WA 98661. Delivery and installation of software to be accomplished NLT November 2005; Training, NLT February 2006. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming with the solicitation will be most advantageous to the Government. See Clause 52.212-2, below, for evaluation criteria. Solicitation No. DTFH70-05-Q-0029, Request for Quotation (RFQ), is prepared in accordance with FAR Part 12, the acquisition of commercial items in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed in FAR 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-4. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. FAR Provisions and Clauses may be viewed and/or downloaded from http://www.arnet.gov/far/. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (website: http://www.ccr.gov/), or be registered prior to receiving award: (888) 227-2423. Once this combined synopsis/solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Background: This integrated software application will help Federal Highway Administration, Western Federal Lands (WFL) meet their strategic goals through improved communication, collaboration and process management of project planning, organizing, executing, and monitoring/controlling activities. WFL Project Delivery is staffed by nearly 150 managers, engineers, and technicians and currently has more than 120 projects identified in the Project Resource Management System (PRMS) which are currently funded and underway. Various executive leaders and administrative staff are also occupied by these projects with varying degrees of involvement and interest. Description of requirement: The application needs to be a fully integrated management tool that can help project team members visualize and proactively manage, in real-time, the distinct work tasks across all projects. Project work tasks need to flow automatically and correctly to all project team members and all interested parties need controlled access to project information. High-level visibility to project information with drill down capability to review lower level details is needed. Access need be through a real time web-based environment where project team members, partners, and stakeholders can collaborate and accomplish project work activities from anywhere that has access to the web. The application needs to allow users to build detailed project schedules that are made up of a multitude of project activities and can be monitored and controlled to a successful project completion. It needs to present a simple to use, real?time, Gantt chart interface where users create the schedule and activity inter-relationships. Once the schedule is initiated, the project team member could ?drill down? into the appropriate activity task application. Activity tasks would be viewed as distinct workspaces complete with instructions, deliverables, scope, schedules, expenditures, as well as relevant documents and files. Within each activity workspace, the project team member would collaborate through discussion threads on general thoughts or issue tracking. The application must be intuitive and easy to use. WFL is seeking a software solution that can be integrated effectively into its current information technology system (ITS) and will continue to do so as this environment evolves. Applicable laws and regulations concerning ITS purchases need be fulfilled, such as Section 508 (Subpart 39.2). Current WFL ITS applications include, but are not limited to: Windows Operating System, Microsoft Office Products, Microsoft Outlook, Open Plan Project Scheduling System and Oracle. The application needs to flexibly deliver upon the following GENERAL AND FUNCTIONAL REQUIREMENTS, in a way that is end-user customizable to fit any project management process or organization: PROJECT PLANNING - Simplify and automate, to the greatest extent possible, the planning of projects including the collection, validation and distribution of project plans and status information, including the capability to track and manage tasks, milestones, timeliness, issues, dependencies, and resources; TASK ACTIVITY SCHEDULING-The software must provide graphic display of project scheduling and progress status. This display should allow for the use of GANTT, Critical Path, Critical Chain and/or other best-practice scheduling methodologies. Detail should be developed on at least a task and milestone basis; PROJECT PROFILE- Project profile including at a minimum: a concise description of the project being addressed, the project approach, the benefits to be derived, the project and stakeholder constituency, estimated project costs and resources, estimated timeline, and project approval status; PROJECT COSTING-Detailed projection of project costs including human resources, supplies, A&E consultant and Reimbursable Agreement (RA) agency expenses, and other costs. Costs should be defined by major task or milestone to provide sufficient granularity to manage cost to deliverables; TIME REPORTING- Simplified, automated time reporting for workers to report their daily expended hours; COST TRACKING- Detailed tracking of actual costs by element of cost and task/milestone, in sufficient detail to track percent of budget expended versus percent of project completed; RESOURCE MANAGEMENT- Automated and interactive capability to find and assign resources consistent with project requirements, flag and alert issues of resource over commitment or underutilization. Easy-to-use tools for automating and specifying initial resource utilization (by time period, project phase, or entire project), and subsequent automated and manual reallocations. Capability to assign and track unique resources to multiple projects and tasks, and flexible assignment of multiple resources to particular tasks; INTERDEPENDENCY MANAGEMENT- Identification and management of interdependent items and variables across multiple unique projects. Includes the capability to manage issues, resources and project/task status across multiple projects. Scheduling and resource changes in one project which impact another project should automatically be reflected in the affected project, and these subsequent changes should be readily traceable to their causes; ISSUE MANAGEMENT- Interactive and collaborative identification, management and disposition of issues (delays, failures, change in plan, change in specifications, etc.) across multiple projects. Including definitive issue resolution closeout, identification of changing issue ownership throughout the resolution process, and automatic logging and display of issue history. This should be available to project team members and selected project customers through each project?s web interface; PLAN VERSION CONTROL-Classic version control for each project allowing generational history files reflecting prior state and baseline plan; DOCUMENT MANAGEMENT- Full document storage and management including collaboration and document version control. These should also be accessible to project team members and other selected people through each project?s web interface; PORTFOLIO MANAGEMENT- Automated capability to align projects by overall programs, organizational structure, department, or office goals, or any other natural grouping that WFL might find useful. Includes the ability to consolidate results and metrics (budgets, performance, timeliness, etc. by entity or portfolio); MODELING- Full ?what if? capability for modeling changes in resource availability, actual results, and any other event that might affect the outcome of a particular project. Includes full use of cascading capability, resource planning, and interdependency tools; CASCADING- Automated flow-through of project and task changes through interrelated and interdependent projects to determine the potential effect of delays and failures. Effects of schedule changes and resource allocations in one project on other projects should be readily traceable to their original causes; METRICS- Full array of management, financial and resources allocation/utilization indices; LESSONS LEARNED- Consolidated repository of lessons learned for use in training and skills enhancement; ACCOUNTABILITY MANAGEMENT- Full assignment of tasks and milestones to specific team members with contact information and acknowledgment (explicit handoff and acceptance); COLLABORATION- Interactive collaboration capability for all planning, issues management and conflict resolution. Fully integrated with all management capabilities and tools such as modeling, document management, and version control; REPORTING- Automated reporting of project, task, milestone, and deliverable status. Customizable formats and accessibility options. Interactive roll-up and drill-down capability; ALERTING- Automated alerting and management of project and task status, issues, interdependencies, resource conflicts, delays, failures, and cost overruns; ACCESS- Secure real-time access to project and task level status reports for authorized Project Managers, project team members, functional managers, stakeholders, and other groups; TASK STATUS/UPDATING- Notification of project task status to project and functional managers including one-click updating of task status; VALIDATION- Provision for one-click validation/approval of status updates; and ESCALATION PROCEDURES- Automated notification of unresolved issues that may affect project completion or that reside in the critical path. The escalation should be dynamic and user definable. WFL seeks professional services to support the installation of the system on a government owned server and training in its use. The successful offer will have included in their proposed solution sufficient description of proposed services to meet both the training and installation needs. WFL has about 130 people in the project managers, functional managers, engineering, and technician field who will need to be trained. Executive leaders and various managers, numbering about 25, will also need to be trained. WFL is not particularly interested in an evaluation of process maturity or in a gap analysis except to the extent that it is required for a successful implementation experience. Contractor/vendor will submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items with their quotation. Written offers must be received no later than 4:30 p.m. Pacific Daylight Time, AUGUST 1, 2005. Fax and oral offers will not be accepted and considered non-responsive. Paper copies will not be available. You may download and mail your quote along with supporting data. Offers must address the General & Functional Requirements listed above along with initial price and maintenance costs. Mail to: Federal Highway Administration, Attn: Simplified Acquisition Section, 610 East Fifth Street, Vancouver, WA 98661. CONTACT: Toni Palmer, Contracting Officer, e-mail: tmpalmer@mail.wfl.fhwa.dot.gov. Fax No. 360-619-7855. Technical Contact: Ted Wood, ted.wood@fhwa.dot.gov. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov/far 52.252-2 Clauses Incorp. By Reference (FEB 1998) This contract incorporates one or more clauses by reference with the same full force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. Also, the full text of a clause may be accessed electronically at this address: www.arnet.gov/far Contract Terms and Conditions that apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? incorporated by reference. FAR 52.212-3, Full Text Offeror Representations and Certifications ? Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items- (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub.L.108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2)and(3); 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUNE 2004) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201) 52.225-1, Buy American Act-Supplies (JUNE 2003) (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005) (E.o.s. proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332); 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). 52.212-2 -- Evaluation ?Commerical Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Product features and technical capabilities, installation support, training support, past performance and cost. Upon evaluation of written responses, a pre-award presentation will be required of those vendors deemed most likely to meet the government?s needs. The one day evaluation, to be held at Western Federal Lands Highway, 610 E. Fifth Street, Vancouver, WA, will consist of provider-led live demonstrations and WFL-led live interaction and questioning. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Place of Performance
Address: Federal Highway Administration, Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, WA
Zip Code: 98661
Country: USA
 
Record
SN00846127-W 20050715/050713211931 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.