Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
SOLICITATION NOTICE

99 -- Video Teleconference Capabilities For the National Archives And Records Administrstion

Notice Date
9/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-05-Q-0035
 
Response Due
9/16/2005
 
Archive Date
10/1/2005
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm-fixed price proposals are being requested and a written solicitation will no be issued. The solicitation number is NAMA-05-Q-0035, and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14 effective June 23, 2003. The Government reserves the right to make an award on the initial quote without discussions on this procurement. Award will be based on a best value determination, price and other factors considered. Other factors for award included past performance and a responsible offeror?s ability to meet the salient functional as listed below for the Video Teleconference capability required by the National Archives and Records Administration (NARA), Modern Records Program. The past performance and pricing factors are weighted equally and no formal source selection criteria and evaluation will be utilized. 1.0 Background 1.1 National Archives and Records Administration (NARA) The National Archives and Records Administration (NARA) is an independent Federal agency that helps preserve our nation's history by overseeing the management of all Federal records. NARA intends to implement an enterprise VTC capability that will enable any NARA employee, contractor, or researcher to have face-to-face meetings with colleagues by offering a bridging service using industry standard technology for interoperability, point-to-point and multi-point VTC requirements while being in different locations. Two sites (point-to-point) or multiple sites (multi-point) can participate in a conference. 1.2 NARA VTC Requirements NARA's VTC requirements are increasing significantly and the technology landscape is rapidly changing. NARA seeks to establish a video conferencing capability that will provide flexibility, reliability and a robust architecture for virtually any meeting room, classroom, or medium group environment. NARA seeks to use this VTC capability to reach teachers and students in classrooms across the nation and around the world with a wide variety of programs. These educational enrichment programs will provide audiences with the opportunity to learn more about the presidency and a broad range of other topics about the American experience. 2.0 Scope of Work 2.1 Introduction The Contractor shall provide all personnel, and supervision, to accomplish the work identified in this Performance Work Statement (PWS). The Contractor is required to manage the quality of the deliverables required under the PWS. All Contractor support shall be in accordance with NARA?s Systems Development Lifecycle (SDLC), and as coordinated with the NARA Contracting Officer/Contracting Officer's Representative (COR). All data delivered as a result of this effort will become the property of NARA. Information about NARA?s information systems environment, regardless of how it was obtained by any vendor during the performance of this effort shall not be disclosed outside of NARA. The vendor selected to perform this task will be precluded from bidding on any follow on work that may be issued as a result of this task. 2.2 Goal The objective of this task is to have a contractor validate requirements, develop and deliver a design and implementation plan for deploying an enterprise VTC capability for NARA. The proposed VTC solution shall allow all of the Libraries, Regional Archives, Archives I and II, the Federal Registry, Suitland and external customers to conduct VTCs. A listing of all NARA Libraries and Regional Archives are provided in attachment 1. In support of this effort, the contractor will be required to: Develop a VTC Concept of Operations Document Develop a VTC Requirements Document Develop a viable technical solution Develop an implementation plan to include project schedule and WBS Develop a cost estimate for implementing the enterprise VTC capability 3.0 - Tasks 3.1 Specific Tasks: The contractor is expected to develop the following documentation in support of this task. 3.1.1 Task Order (TO) Management Plan The Contractor shall prepare TO Management Plan describing the technical approach, organizational resources and management controls to be employed to manage the work required by this task order. The TO Management Plan shall also contain a schedule for completing the deliverables required by this task order. 3.1.2 Concept of Operations The Contractor shall develop the Concept of Operations (CONOPS) for the NARA Enterprise VTC capability. The VTC Concept of Operations (CONOPS) must address the approach for operating the NARA Enterprise VTC capability. The CONOPS must prescribe the organizational structure, roles and relationships, and general operations required to plan, monitor, manage, coordinate, secure, and control the NARA enterprise VTC capability. 3.1.3 Enterprise VTC Requirements Document The Contractor shall develop an Enterprise VTC Requirements Document for a NARA Enterprise VTC capability. The contractor shall utilize existing NARA VTC requirements and validate those requirements using use-case modeling, government input obtained through interviews, and other techniques as required to verify that all NARA VTC requirements have been adequately identified. The VTC requirements should address business, functional, and technical requirements. This verification of requirements may require that the contractor visit/contact NARA facilities. The visiting of facilities in order to verify/validate VTC requirements shall be coordinated with the government prior to visiting the facility. The Requirements Document shall be developed in accordance with NARA 805. 3.1.4 System Architecture The Contractor shall develop a system architecture for the NARA enterprise VTC system. The system architecture shall describe the system components, configuration, and internal interfaces required for the VTC system. The System Architecture shall describe the environment required to implement the VTC system, to include NARA infrastructure requirements. Any proposed solution must comply with NARA?s Enterprise Architecture. 3.1.5 System Detailed Design Using the approved requirements document and system architecture, the Contractor shall design a COTS based solution that will meet the functionality described within the Government requirements. The system design shall be documented in a VTC Detailed Design Document. The detailed design document shall identify all hardware, software and communications infrastructure necessary to implement the system. At a minimum, the Detailed Design Document shall document, in detail, the design of the system, the interaction between components, its communications rules, and system wide design and implementation guidelines. 3.1.6 Alternatives Analysis and Cost Benefit Analysis (CBA) 3.1.6.1 The Contractor shall develop an Alternatives Analysis as per NARA 801. 3.1.6.2 The Contractor shall develop an CBA as per NARA 801. 3.1.7 Implementation Plan The Contractor shall develop an Implementation Plan that incorporates all activities required to implement a VTC capability for the government. The Implementation Plan shall identify activities and milestones (e.g., deliverables, procurements, tests, installations, etc). The Implementation Plan must include a schedule developed in Microsoft Project (2003 Professional w/ resource pool), a functional work breakdown structure (WBS), and a requirements cross-reference matrix relating requirements to system functionality. The Implementation Plan shall address all the requirement of the NARA SDLC, to include the requirements for satisfying the certification and accreditation process. 3.1.8 Detailed Implementation Cost Estimate The Contractor shall develop a detailed cost estimate for implementing a NARA Enterprise VTC capability. The detailed cost estimate shall identify all costs associated with implementing this capability to include but not limited to costs for developing documentation, training, testing, implementation, and other lifecycle cost, to include O&M. The detailed cost estimate shall provide NARA with the total cost for implementing and maintaining a NARA enterprise VTC capability. 3.1.9 Project Briefing 3.1.9.1 Pre-Briefing Within five (5) working days following the issuance of this task, the Contractor shall meet with NARA team to coordinate project roles and responsibilities, and schedules. NARA will be prepared to discuss the existing VTC requirements and answer any questions relative to this task. The Contractor shall be prepared to discuss the proposed Task Order Management Plan, including the schedule and resources. During this meeting, the Contractor shall coordinate with the Government to establish a process and schedule for developing a Requirements Document (Task 3.4). 3.1.9.2 Post-Briefing With five (5) working days following the completion and acceptance of the Implementation Plan and the Detailed Cost Estimate by the Government, the Contractor shall present to NARA a briefing the details of the solution developed by the contractor. The briefing shall address the system design, implantation plan, schedule, and cost associated with implementing an Enterprise VTC solution for NARA. 4.0 - Delivery/Delivery Schedule 4.1 Deliverables The Contractor shall prepare deliverables in accordance with the specified lists. Format and form must conform to the Contractor?s standard commercial practices unless otherwise stated. The contractor shall identify in the table below when the documents will be delivered. SECT. NO. DELIVERABLE TITLE DELIVERABLE FORMAT/ DELIVERABLE IDENTIFICATION # CALENDAR DAYS AFTER AWARD 3.1.8.1 Pre-Briefing Contractor Format 5 Days 3.1.1 Task Order Management Plan Contractor Format 8 Days 3.1.2 Concept of Operations Document Contractor Format 10 Days 3.1.3 Enterprise VTC Requirements Documentation Contractor Format 20 Days 3.1.4 System Architecture Document Contractor Format 25 Days 3.1.5 System Detailed Design Document Contractor Format 30 Days 3.1.6.1 Alternatives Analysis Contractor Format 20 Days 3.1.6.2 Cost Benefit Analysis Contractor Format 20 Days 3.1.7 Implementation Plan Contractor Format 35 Days 3.1.8 Detailed Implementation Cost Estimate Document 35 Days 3.1.9.2 Post-Briefing Contractor Format 40 Days 5.0 - Place of Performance The Contractor must complete all work primarily at the National Archives and Records Administration, 8601 Adelphi Road, College Park, MD, 20740 or other NARA facilities. 6.0 - Period of Performance The contractor, within 8 days of the task being issued, will present the government with a formal Task Order Management Plan that includes a schedule for completing the tasks identified in this task. Attachement 1 NARA Facilities Sites Location D.C. Metro NARA Sites Archives I Washington D.C. Archives II College Park, MD Washington National Records Center Suitland, MD Federal Register Washington D.C. Regional NARA Sites Pacific Alaska Region Pacific Alaska Region Anchorage, AK Pacific Alaska Region Seattle, WA Pacific Region Ronald Reagan Library Simi Valley, CA Laguna Niguel Pacific Records Center Los Angeles, CA San Bruno Pacific Records Center San Francisco, CA Southwest Region Southwest Region Fort Worth, TX Clinton Presidential Materials Project Little Rock, AR Central Plains Region Dwight D. Eisenhower Library Abilene, KS Central Plains Region Kansas City, MO Central Plains Region Lee?s Summit, MO Southeast Region Southeast Records Center Atlanta, GA Jimmy Carter Library Atlanta, GA Morrow Regional Facility Morrow, GA Ellenwood Regional Facility Ellenwood, GA Northeast Region Franklin D. Roosevelt Library Hyde Park, NY Northeast Region (New York City) New York, NY Mid-Atlantic Region Philadelphia, PA Center City Archives Philadelphia, PA Northeast Region II John F. Kennedy Library Boston, MA Northeast Records Center Pittsfield, MA Northeast Region (Boston) Waltham, MA Great Lakes Region Great Lakes Region Dayton, OH Great Lakes Region II Great Lakes Region (Chicago) Chicago, IL Herbert Hoover Library West Branch, IA Gerald R. Ford Library Ann Arbor, MI Gerald R. Ford Museum Grand Rapids, MI Rocky Mountain Region Rocky Mountain Region Denver, CO St. Louis Records Center National Personnel Records Center (Civilian Personnel Records (CPR)) St. Louis, MO National Personnel Records Center (Military Personnel Records(MPR)) St. Louis, MO Presidential Libraries Harry Truman Library Independence, MO George Bush Library College Station, TX Lyndon B. Johnson Library Austin, TX The following clauses and provisions are incorporated and are to remain in full force in any resultant fixed price purchase: FAR Clause 52.212-1, Instructions to Offerors Commercial Items (Oct 2000); each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representation and Certifications Commercial Items (June 2003), with the quotation. A copy of the provisions can be found at http://www.arnet.gov/far/; FAR 52.212-4, Contract Terms and Conditions Commercial Items (February 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (June 2003). Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.225-36 Affirmative Action for Workers with Disabilities, 52.225-1 Buy American Act Supplies, 52232-34 Payment by Electronic Funds Transfer Other Than Central Contractor Registration, and 52.233-3 Protest After Award. Paragraph (c) of this clause incorporates by reference the following FAR clauses: 52.222-41, One copy of each proposal (detailed price breakdown and literature/brochures) must be mailed to the National Archives and Records Administration (NARA), Attention Mr. Stuart Hitchings, 8601 Adelphi Road, NAA, Room 3340, College Park, Maryland 20740-6001, by 4:00 pm September 16, 2005. Additionally, the detailed price proposal may also be emailed to: stuart.hitchings@nara.gov. Telephonic responses will not be processed.
 
Place of Performance
Address: 8601 Adelphi Road, College Park MD,20740
Zip Code: 20740-6001
 
Record
SN00886338-W 20050904/050902212656 (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.