Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
MODIFICATION

D -- Business Continuity Plan Software Licences and Services

Notice Date
9/12/2006
 
Notice Type
Modification
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Peace Corps, Office Of Acquisitions And Contract Management, OACM, 1111 20th Street, N.W., Room 4413, Washington, DC, 20526
 
ZIP Code
20526
 
Solicitation Number
PC-06-Q-019
 
Response Due
9/15/2006
 
Archive Date
9/30/2006
 
Point of Contact
Jim Schank, Contract Specialist, Phone 202-692-1623, Fax 202-692-1621,
 
E-Mail Address
jschank@peacecorps.gov
 
Description
TEXT FOR AMENDMENT 1: This combined synopsis/solicitation is a Request for Quotes for commercial items and services. It is not a Request for Proposals. The following vendor questions were submitted, each question is followed by Peace Corps? answer: Question: Is this solicitation for software only or for software and services? Answer: This solicitation is for software and for hosting services. Question: Please confirm whether the RFQ is requesting that the solution be hosted by the vendor and accessed by Peace Corps users over the internet using web browsers or installed as a web based intranet solution on Peace Corps / Government servers/network? Or, if the Peace Corps would like to see options/pricing for both options? Answer: The RFQ is for a solution to be hosted by a vendor and accessed by Peace Corps users over the internet. Question: The RFQ requires submitting a copy of 52.212-3 Offeror Representations and Certifications-Commercial Items, is it acceptable to reference the vendor?s online completion of 52.212-3 Offeror Representations and Certifications-Commercial Items via http://orca.bpn.gov instead of submitting a hard copy of the reps and certs? Answer: Peace Corps requests Offeror Representations and Certifications be submitted electronically along with the other submittals required by this RFQ. Question: The fixed price line items requested included in the RFP are: 1. 10 Concurrent Users Plans, 2. 10 Concurrent Users Impacts and Profiles (BIA), 3. 10 Concurrent Users Notifications, and Monthly Maintenance, 4. (per month) 10 Concurrent Users Plans, 5. (per month) 10 Concurrent Users Impacts and Profiles, and 6. (per month) 10 Concurrent Users Notifications. Items 1,2,3 suggest a ?license? model to install the application on Peace Corps servers whereas items 4,5,6 suggest a vendor hosted solution paid in a monthly service fee. Please confirm this is what is intended by the Peace Corps for the 6 price line items. Answer: The Peace Corps requirement is to license the software which is hosted on off-site vendor servers and accessed by Peace Corps personnel over the internet using a web browser. Question: Related to the pricing of line items, our pricing model does not necessarily charge separately for the different line items indicated. Is it acceptable to provide one price / one line item covering all of the related topics or otherwise deviate from the pricing line items suggested in order to provide pricing that matches our solution and pricing model? Answer: Peace Corps requests pricing be submitted in accordance with the solicitation. Question: The scope of work requested includes training to be provided on use of the selected system but the pricing line items requested does not include a price line item for training. Should pricing for training be included? Answer: Yes, training should be included in the software license price. Question: In the pricing section, the quote is being asked to be priced based on ?concurrent users.? Our software is priced differently - based on ?total number of users? ? not current users, and we also provide pricing for ?viewers.? What would you suggest we do regarding our pricing component so we are able to be considered for this RFQ? Answer: Vendors may provide pricing by total number of users. Peace Corps? requirement is for approximately ten users, all able to be logged on and work concurrently from different offices. Question: It appears the government is requesting a fixed price one-time price for a Perpetual License for the software modules. Is this correct? Answer: Yes Question: In the pricing request shown, there is no separate category for the monthly hosting services. Does the Government desire to have the hosting services fees bundled in with the monthly software maintenance fees or would you prefer that the hosting services be listed separately? Answer: The price for monthly software maintenance fees can include/be bundled with monthly hosting services fees. TEXT OF ORIGINAL COMBINED SYNPOSIS/SOLICITATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The closing date and time for receipt of proposals is Friday, September 15, 2006 at 2:00PM ET (local time), proposals should be submitted electronically to rnelson2@peacecorps.gov, 1111 20th Street; Room 4441; Washington, DC 20526; Attn: Rodney Nelson, Contracting Specialist, (202) 692-1781. The deadline for submitting vendor questions is Tuesday, September 12, 2006 at 2:00PM ET (local time). All questions should be submitted electronically to Rodney Nelson at rnelson2@peacecorps.gov by this deadline. The NAICS Code is 519190, All Other Information Services. The solicitation number is PC-06-Q-019 and is issued as a Request for Quotation (RFQ). The Peace Corps intends to award a firm fixed price contract for a base period of one year effective from the date of award, with four option periods of one year. REQUIREMENT: The Peace Corps seeks a vendor to provide a hosted, web-based product that Peace Corps personnel will use to develop, implement, test and maintain business continuity plans for our facilities throughout North America. Peace Corps personnel will use a business continuity of operations planning tool to reduce the time and effort required to implement and maintain the IT disaster recovery and business continuity planning programs. The product will conform to the following needs: 1) Ease of use - Ease of installation (No DBA assistance and little technical effort), ease of administration, and ease of end user effort. Product should have hosting services available. 2) Fully Web Enabled ? Product makes all functions available through the browser including database design, customer reporting, and security and there are NO client installations required. 3) Plan Output ? Provides unparalleled power and flexibility to support logical recovery flow, intermixing easy to user documents, diagrams, and resource reports. 4) Security ? Product should use 128-bit SSL technology for encryption and have user-level audit abilities. 5) Custom Report Writer ? Should organize and report the specific information need during a disaster without going to an outside report writer. 6) Proven Enterprise Technology ? Provide an integrated database for enterprise requirements that allows complete customized tables and fields. This design should be scalable and adaptable to planning requirements. Use current best practices for Business Continuity Management (BCM), and Project Management. 7) Built-In knowledge base ? Product should provide sample recovery plans, restoration procedures, and project management tools to help develop, test, and maintain IT disaster recovery and business continuity plans. 8) Implementation / Training ? Provide customized on-site training, public training, methodology assistance, and conversion assistance to ensure a smooth implementation process. 9) Integrated Business Impact Analysis ? Provides the ability to identify and quantify risks and exposures that might contribute to business or information systems failures integrated into the product. 10) Integrated Alert and Notification ? Provide alert and notification capability that ties into plans and procedure created using the product. Notification module should be able to contact personnel with multiple communications methods. 11) Practical Architecture ? Product structure should be simple and easy to understand. REJECTION OF WORKMANSHIP: Inferior and unsatisfactory workmanship as determined by the Peace Corps COTR shall be rejected and reported to the contractor who shall correct the deficiency, at no additional cost to the Peace Corps, within 1 week following receipt of written notice of rejection. TESTING: Testing and acceptance of the product shall be performed by the Peace Corps Offices of the Chief Information Officer. SCHEDULE: Quotations shall include a delivery/implementation schedule based on the following milestones: 09/30/06, Kickoff Meeting; 10/13/06, Access to Hosted Tool; 10/16/2006, Commence Training; 10/25/06, Product Implementation Concluded. MATERIALS PROVIDED BY PEACE CORPS: N/A. COST/CONTRACT: The contractor shall be paid, upon submission of proper vouchers, and acceptance of deliverables, the amounts specified in the accepted quotation, as full consideration for all effort provided herein. Payment will be based on an initial licensing agreement fee, and a monthly maintenance fee for a total of ten concurrent users. The vendor may not transfer this contract to another provider without prior Peace Corps consent. DELIVERABLES FOR THIS RFQ: The delivery address for all deliverables is: Peace Corps, 1111 20th Street; Washington, DC 20526. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-12. 52.212-1 Instructions to Offerors-Commercial Items applies to this acquisition. Offerors shall submit two separate proposals: one technical and one cost. The technical proposal shall be limited to ten (10) pages. EVALUATION FACTORS FOR AWARD: 52.212-2 Evaluation-Commercial Items, para. (a) is filled in as follows: ?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, listed in descending order or importance, shall be used to evaluate offers: 1) Prior relevant experience: Provide list of federal clients similar in size and scope to the Peace Corps currently using continuity of operations planning software. Provide at least four (4) agencies or companies which can be contacted for past performances. This should include the agency or company name, contact person, phone number and brief description of the effort.); 2) Technical approach: clearly define how the proposed product meets each of the requirements shown in the requirement section of this notice; 3) Price: The offerors shall include in their quotations to the Peace Corps fixed prices as follows: Software Licensing and Services modules: $________ 10 Concurrent Users Plans; $________ 10 Concurrent Users Impacts and Profiles (BIA); $_________ 10 Concurrent Users Notifications, and Monthly Maintenance: $________ (per month) 10 Concurrent Users Plans; $________ (per month) 10 Concurrent Users Impacts and Profiles; $________ (per month) 10 Concurrent Users Notifications. Costs may be further broken down into sub-components for payment purposes if preferable. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Offerors must include a completed copy of 52.212-3 Offeror Representations and Certifications-Commercial Items with their offer. 52.212-4 Contract Terms and Conditions-Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items apply to this acquisition. The Contracting Officer will not accept telephone calls regarding this solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/PC/OPBF/OC/PC-06-Q-019/listing.html)
 
Place of Performance
Address: 1111 20th Street, NW Washington, DC
Zip Code: 20526
Country: UNITED STATES
 
Record
SN01141709-F 20060914/060912224215 (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.