Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
MODIFICATION

R -- Dashboard Facilitator

Notice Date
7/24/2006
 
Notice Type
Modification
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710
 
ZIP Code
20415-7710
 
Solicitation Number
OPM049-06-R-0046
 
Response Due
7/28/2006
 
Archive Date
8/12/2006
 
Point of Contact
Judy Brader, Contract Specialist, Phone (202) 606-1924, Fax (202) 606-3201, - Rodney-Daryl Jones, Contract Specialist, Phone 202-606-1965, Fax 202-606-1464,
 
E-Mail Address
Judy.Brader@opm.gov, rodney-daryl.jones@opm.gov
 
Description
This solicitation is modified to answer questions: 1. Under ?proposed personnel? are you looking for titles or people?s names? Titles and Resumes 2. The solicitation states the cost proposal ?must include time and material costs for each deliverable.? The list of deliverables includes documented functional specifications and requirements in accordance with OPM Information Technology Systems Management (ITSM), ?a copy of which will be provided?; documented operating procedures as set forth by the government build team; organized/facilitated meetings; and reports of issues discussed/points made in user group meetings. It would be difficult to put a cost to these items as we haven?t seen the ITSM, the build team procedures, and do not know how long the meetings will run or what issues they will generate. Can you provide guidance on preparing a cost proposal. -- Functional specifications and requirements under the ITSM follow a standardized System Development Lifecycle methodology of documentation that can be used as a reference template. -- Documented operating procedures would be similar to industry best practices for documenting functional operating procedures for a dashboard system. -- Facilitate meetings/report issues from user group meetings; estimate quarterly user group meetings and base on best practices. CLOSING DATE AND TIME HAVE NOT BEEN EXTENDED. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subparts 12 and 13.5. Solicitation number OPM049-06-R-0046 is issued as a Request for Proposals (RFP). This solicitation incorporates Federal Acquisition Regulation provisions and clauses in effect through Federal Acquisition Circular 2005-09. Incorporated by reference are FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.2l2-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial Items; and 52.227-17, Rights in Data ? Special Works. No additional FAR clauses apply. The North American Industrial Classification System (NAICS) code is 541512, Computer Software Consulting Services, with a small business size standard of $5 Million. This procurement is unrestricted, allowing both large and small businesses to submit proposals. The Office of Personnel Management (OPM) is soliciting proposals to obtain the services of a facilitator on a time and materials basis to assist the Government build team by documenting known functional requirements, prepare requirement and specification documents, perform validation testing of referenced functional requirements, facilitate user group meetings, and assist with the development of user?s manuals and/or instructions for a management information dashboard being developed on an existing OPM-owned platform. The contractor shall provide all labor, incidental materials, and other services necessary to render services under this contract. Period of performance will be one year from date of award. STATEMENT OF WORK - The contractor shall (1) demonstrate a working knowledge of Federal Investigative Services Division (FISD) processes and procedures as well as knowledge of FISD Personnel Investigations Processing System (PIPS) and standard Management Information reports, (2) facilitate user group meetings at locations determined by OPM, (3) document the known functional requirements of the dashboard for the Government build team, (4) assist in documenting the dashboard system as the Government build team progresses with development, (5) develop user?s instructions for the implemented dashboard, and (6) perform validation testing on referenced functional requirements. Deliverables - The following items will be delivered by the contractor to OPM/FISD under this contract: (1) Documented functional specifications and requirements in a Needs Statement in accordance with OPM Information Technology Systems Management (ITSM), a copy of which will be provided; (2) Project plans and milestones for the project, updated monthly; (3) Documented operating procedures as set forth by the Government build team; (4) User instructions for the implemented dashboard; (5) Organized/facilitated user group meetings; (6) Reports of issues discussed/points made in user group meetings; and (7) documented test plans for defined functional requirements. Within 10 days from award of contract the contractor will provide a detailed timeline establishing benchmarks for the delivery of all items. Allowable and allocable costs incurred for travel and incidental materials will be reimbursed at actual rate in accordance with the Federal Travel Regulations. PROPOSALS - Technical Proposal: Submit original and two copies containing the following: Management plan, proposed personnel, sample of similar work produced and operating in a dashboard environment, references of customers worked with in gathering functional requirements, and experience in the investigative process with references for gathering functional requirements. Cost Proposal: The cost proposal must include time and material costs for each deliverable. PROPOSAL EVALUATION - Technical Evaluation: Offerors will be evaluated in terms of the quality and relevance of information presented against the factors indicated below. These criteria are listed in descending order of importance: Demonstrated working knowledge of FISD processes and procedures as well as knowledge of FISD Personnel Investigations Processing System (PIPS) and standard Management Information reports: Management and staffing; demonstrated knowledge and samples of work in documentation of a dashboard system, user?s instructions and validation testing performed on similar functional- type systems; and past performance. Cost Evaluation: We will evaluate your price proposal, not only to determine whether the price is reasonable, but also to determine your understanding of the performance work statement and your ability to meet the objectives and scope of this RFP. Price, while less important that the previously listed factors will become more critical as technical scores approach equality. ADDITIONAL INFORMATION - Security Requirements - All Contractor employees and subcontractors engaged in the performance of work under this contract must have a completed, current investigation that qualifies them for secret-level clearance. No personnel may perform any work under this contract until specific permission is granted by OPM to do so, regardless of clearance. The Contractor and any subcontractor(s) shall comply with: a. The Security Agreement, including the National Industrial Security Program Operating Manual (NISPOM) (DOD 5220.22-M) and the FISD Security Manual and any revisions to these manuals. OPM will notify the Contractor of any such revisions. b. Although the NISPOM does not specifically include instructions for handling Sensitive material, the guidelines for Confidential and Secret material will be followed. c. If the security classification or security requirements are changed by the Government subsequent to the date of this contract, and if the changes cause an increase or decrease in security costs or otherwise affect any other term or condition of this contract, any resulting financial burden will be the sole responsibility of the Contractor. d. The Contractor agrees to insert terms that conform substantially to the language of this clause in all subcontracts under this contract that involve access to classified information. Except as otherwise specifically provided, any information made available to the Contractor by the Government will be used only for the purpose of carrying out the provisions of this contract. It will not be divulged or made known in any manner to any persons except as may be necessary in the performance of the contract or other OPM approved system. In performance of this contract, the Contractor assumes responsibility for protection of the confidentiality of Government records and will ensure that its subcontractors will also protect the confidentiality of Government records. The Each officer or employee of the Contractor or any of its subcontractors with access to any Government record will be notified in writing by the Contractor that information disclosed to such officer or employee can only be used for the purpose and to the extent authorized by this contract. Further disclosure of any such information, by any means, for a purpose or to an extent unauthorized by this contract, may be subject to criminal sanctions under 18 U.S.C. 641. That section of the criminal code of the United States provides that whoever knowingly converts to their own use or the use of another, or without authority, sells, conveys, or disposes of any record of the United States or whoever receives the same with the intent to convert it to their use or gain, knowing it to have been converted, shall be guilty of a crime punishable by a fine of up to $10,000, or imprisonment of up to ten years or both. CONTRACT AWARD: A contract will be awarded to the Offeror that is determined to offer the best value to the OPM considering primarily the results of the technical evaluation and secondarily, the total estimated cost for providing all services described in this solicitation. Proposals must be received by the Office of Personnel Management no later than 3:00 p.m. on July 28, 2006 at the above address. POC: Judy Brader, 202-606-1924, fax 202-606-3201, email Judy.Brader@opm.gov.
 
Place of Performance
Address: US Office Of Personnel Management, 1900 E Street, NW, Washington, DC
Zip Code: 20415
 
Record
SN01096757-W 20060726/060724221446 (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.