Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2006 FBO #1691
MODIFICATION

D -- Web Hosting Platform for 360 Degree Multi-Rater Assessment Instruments

Notice Date
7/12/2006
 
Notice Type
Modification
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, NETC Acquisition Section, 16825 South Seton Avenue, Emmitsburg, MD, 21727
 
ZIP Code
21727
 
Solicitation Number
HSFEEM-06-Q-041
 
Response Due
7/21/2006
 
Archive Date
8/5/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment is being issued to answer questions posed by potential offerors. The due date for receipt of quotation packages is unchanged at July 21, 2006, 4:00 p.m., local time. Quotation packages are to be ATTN: Teresa Dingle, Contract Specialist, U.S. Department of Homeland Security, NETC Acquisition Section, E114B, 16825 S. Seton Avenue, Emmitsburg, MD 21727 or teresa.dingle@dhs.gov. QUESTIONS/ANSWERS FOR HSFEEM-06-Q-0041 QUESTION #1: From the description of your requirements and expectations of quotations, it sounds like you are looking for an existing off-the-shelf solution. Or, could offerors propose a customized solution to meet the Government?s need? ANSWER #1: The Government feels that there are existing web-hosted platforms which will satisfy its requirements, based on its research of the market. It is certainly possible that an offeror will not have an existing product that would satisfy Government requirements as stated, and therefore the offeror would need to accomplish minor modifications in order to meet the Government?s requirements. The Government is not interested in purchasing software for use on a Government web site. The Government is interested in purchasing access to a non-government-hosted web site whereby the stated features as specified within the solicitation would be available for use within a secured web environment. Commercial items are those that are readily available for sale and use to the general public; however, with minor modifications/alterations they can be adapted for a Government purpose (see Federal Acquisition Regulation Part 2.101 for further definition of a commercial item). QUESTION #2: It is stated that the USFA has previously used proprietary or copyrighted assessment instruments. Will these or similar instruments be required to work within the contractor?s platform? If so, please identify those instruments or identify any compliance standards (e.g., AICC, SCORM) of the instruments. ANSWER #2: The instruments that have been used previously will not be used in the contractor?s platform. A similar instrument(s) that the Government will own will be used; however, since the new instrument(s) is in the process of being designed and developed, offerors cannot access the instrument. The offeror should closely review the compliance standards (AICC or SCORM) stated by the Government in the Statement of Work. QUESTION #3: What is the anticipated project start date? ANSWER #3: The effective date of the award of a purchase order, approximately 3-4 weeks from today. QUESTION #4: Please advise if this solicitation will require a specific language such as Java JSP, C+. Also, if a specific program must be used such as Linux or Oracle. ANSWER #4: The solicitation does not require a specific language. Since the instrumentation will be contained/published within the offeror?s hosted website, the language in which the program is authored must be compatible with the same site. QUESTION #5: Is there an existing incumbent contractor? ANSWER #5: No.
 
Record
SN01087159-W 20060714/060712220413 (fbodaily.com)
 
Source
FedBizOpps 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.