Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2006 FBO #1850
MODIFICATION

D -- Web-Based Mentoring System

Notice Date
12/18/2006
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218, Columbus, OH, 43218, UNITED STATES
 
ZIP Code
43218
 
Solicitation Number
HQ0423-07-T-0002
 
Response Due
12/19/2006
 
Archive Date
1/3/2007
 
Point of Contact
William Mayo, Contract Specialist, Phone 614-693-1972, Fax 614-693-5674,
 
E-Mail Address
william.mayo@dfas.mil
 
Description
AMENDMENT 3 - Line 0002 under Requirement is changed to the following: 4-Hour Training Session - 4 EA (Corresponds to Part 3.5.1 of the SOW) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is solicitation number HQ0423-07-T-0002 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, Fac 2005-14, Effective 22 Nov 2006 & Class Deviation 2005-o0001. This requirement is UNRESTRICTED. Requirement: Supply the following in accordance with the Statement of Work (SOW): Line 0001- Web-Based Mentoring System - Date of Award through 30 Sep 07; Line 0002- 8-Hour Training Session - 1 EA; Line 0003- Web-Based Mentoring System - Option Year One; Line 0004- Web-Based Mentoring System - Option Year Two; Line 0005- Web-Based Mentoring System - Option Year Three; Line 0006- Web-Based Mentoring System - Option Year Four Description of items/services: STATEMENT OF WORK, DFAS MENTORING & COACHING PROGRAM, WEB-BASED MENTORING SYSTEM 1. BACKGROUND: The DFAS Corporate Mentoring and Coaching program was established in 2002 to help foster a highly professional workforce with indispensable skills and competencies. Three critical elements make up the program: Corporate and Site Mentoring Program Managers, Mentoring and Coaching Training, and a Mentoring System that allows participants to register and search for a mentoring or coaching partner. The current system provides a place for DFAS employees to register, but lacks adequate search capability, the ability to keep track of the mentoring relationships, and capability to provide real time reports. 2. SCOPE: This Statement of Work (SOW) establishes the requirement for a Commercial Off-the-Shelf web-based software package to run a Mentoring System. This software will have to register, track, monitor, and report on established mentor/mentee relationships. The Contractor shall provide a mentoring system that has the following capabilities: 2.1. Registration capability 2.2. Matching capability 2.3. Relationship monitoring capability 2.4. Real time reports capability 2.5. Upgrades as available 2.6. System user training and support 2.7. System housed on a secure server which meets DFAS requirements 2.8. System will interface with DFAS IT systems 3. REQUIREMENTS: The contractor shall provide and administer a Mentoring System that has the following capabilities: 3.1. Registration and Matching: 3.1.1. Mentees shall be able to register and list their learning objectives 3.1.2. Mentors/Coaches shall be able to register and list their areas of expertise 3.1.3. Mentees shall be able to search for Mentors/Coaches with expertise to help them accomplish their learning objectives 3.1.4. The system provides a way for supervisors to approve/disapprove Mentors 3.2. Monitoring Mentoring Relationships: 3.2.1. The system shall have the capability to automatically e-mail participants to remind them to take the next step in their mentoring relationship process 3.2.2. At a predetermined time, the system shall automatically e-mail participants reminding them to close and evaluate their Mentoring/Coaching relationships 3.3. Report Capabilities: The contractor shall provide a system that can generate the following reports using real time information: 3.3.1. Executive overview - provides top-level participant statistics (i.e. number of Mentors, Coaches, Mentees, relationships, demographic information) 3.3.2. All users - provides a list of participant names, locations, organizations, and mentoring roles 3.3.3. Relationship status - provides the names of participants in one to one mentoring relationships and in group relationships 3.3.4. Completion overview - provides the statistics of completed relationships and evaluation information 3.4. Upgrades and Maintenance: 3.4.1. The system shall provide automated upgrades and enhancements 3.4.2. System maintenance will be provided throughout the contract period 3.5. User Training and Support: 3.5.1. The contractor will provide 16 hours of training in (4) 4-hour sessions for up to (20) DFAS employees per session. These training sessions will provide information on the features of the mentoring system and materials and information to use to introduce the system to other employees. 3.5.2. The four training sessions shall be held at any of the following DFAS locations: Cleveland, Columbus, Indianapolis, Limestone, or Rome 3.5.3. Costs for travel associated with training will be reimbursed IAW with the FTR/JTR/SR per FAR 31.205-46. 3.5.4. The contractor will provide a toll free line for technical support. 3.6. General System Requirements: 3.6.1 Comply with applicable Section 508 standards. 3.6.2 Provide hardware security with backups, data security, firewalls, and server hardening and patch managing. 3.7. User Administration and Login 3.7.1. The system shall be capable of integrating with the DFAS Plumtree ePortal by providing a single sign-on or reduced sign-on capability that eliminates the need for users to maintain a separate mentoring userid and password. 3.7.2. The system shall be capable of accepting a file containing user registration information (name, organization, location, position, etc.) provided by DFAS on a periodic basis. The vendor shall provide a secure transfer mechanism via Secure FTP. 4. PERIOD of PERFORMANCE: The initial period of performance shall be from date of award through 30 September 2007. Additionally, the order will contain four (4) option years. Provisions and clauses: The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Addendum: 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days prior to the expiration of the contract. 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 14 days prior to the expiration of the contract; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years and 9 months* (months)(years). *Based on an estimated award effective date of 1 Jan 06. Based on actual award date, duration will be adjusted accordingly. Information Assurance: All work performed relative to the requirement identified in the Statement of Work or Performance Work Statement is unclassified or is sensitive information covered by the Privacy Act of 1974 and other Department of Defense and DFAS regulations. Information Assurance shall be in accordance with DFAS 8500.1-R, Information Protection and Safeguards, DoD Directive (DoDD) 8500.1, Information Assurance, and DoD Instruction (DoDI) 8500.2, Information Assurance Implementation. The following requirements apply to the offeror/vendor selected for contract award resulting from this solicitation. Upon notification of being selected as the successful offeror/vendor, the contractor shall follow the instructions provided at (a) through (e) of this provision, as applicable. (a) Magnitude. This contract will require personnel to meet the investigative standards as outlined in DoDI 8500.2 and DoDD 5200.2-R for IT-I and IT-II access. Contractors must be a US citizen, in accordance with DoDD 5200.2-R, Chapter 2, and specifically C2.1.1., General. IT-I - (None) IT-II - (All affected contractor employees) (b) Security Investigation Requirements for Information Technology (IT): (1) For IT-I: No classified work will be required. However, the contractor will be working with sensitive information which is covered by the Privacy Act or other government regulations and is considered category IT-I. The contractor must ensure sensitive information is properly safeguarded at the work-site and not removed from the work-site. In addition, the contractor will be required to comply with the security requirements associated with access to the DFAS enterprise network. All contractor personnel requiring IT-I access to DFAS information systems will be the subjects of a Single Scope Background Investigation (SSBI). An IT-I position may be occupied pending the completion of the SSBI once the National Agency Check (NAC) portion has been completed and favorably adjudicated and a waiver has been requested and approved in accordance with DoDD 5200.2-R. (2) For IT-II: No classified work will be required. However, the contractor will be working with sensitive information which is covered by the Privacy Act or other government regulations and is considered category IT-II. Contractor must ensure sensitive information is properly safeguarded at the work-site and not removed from the work-site. In addition, the contractor will be required to comply with the security requirements associated with access to the DFAS enterprise network. All contractor personnel requiring IT-II access to DFAS information systems will be the subjects of a NACLC in accordance with DoDI 8500.2. (c) Documentation Submission. The NACLC for IT-II, as well as the SSBI for IT-I, requires contractor submission of the following investigative forms: Standard Form 85P (SF 85P) - Questionnaire for Public Trust Positions FD 258 - Fingerprint Card All contractor personnel requiring either IT-I or IT-II access to DFAS information systems will complete a SF 85P. The SF 85P will be completed using the Electronic Personnel Security Questionnaire (EPSQ). The EPSQ is available for download on the Defense Security Service (DSS) web site at http://www.dss.mil/epsq. A completed EPSQ, to include an electronic copy and a signed hard copy, will be provided to the Contract Officer?s Representative (COR) or Government Point of Contact (GPOC) elsewhere named in this solicitation. All SF 85Ps must be accompanied with the FD 258 Fingerprint Card and a copy of the contractor?s birth certificate for citizenship verification. Naturalized US citizens must provide the original Certificate of Naturalization from the Immigration and Naturalization Service (INS) or a U.S. Passport. The EPSQ along with the FD 258 will be forwarded to the local Site Security Liaison (SSL) for review and submission to the DFAS Security Office, Arlington. The SSL with notify the COR or GPOC when the contractor employees have been approved for access to the facility. The appropriate investigations, NACLC, or SSBI must be completed or an exception waiver approved, in accordance with DoDD 5200.2-R, before the contractor employee begins work on the DFAS contract. (d) Waiver Procedures. (1) For IT-I: An IT- I position may be occupied pending the completion of the SSBI once the NAC portion has been completed and favorably adjudicated, and an exception waiver has been approved by the appropriate proponent Business Line Executive, Client Executive, or Corporate Director. Waivers may be approved, provided no potentially disqualifying information is known, in accordance with DoDD 5200.2-R, concerning the contractor employee, and all pre-appointment security checks have been favorably adjudicated by the DFAS Security Office, Arlington. (2) For IT-II: An IT-II position may be occupied once the NACLC has been initiated if the appropriate proponent Business Line Executive, Client Executive, or Corporate Director finds that the delay in appointment would be harmful to the national security and approves a waiver. Waivers may be approved, provided no potentially disqualifying information is known, in accordance with DoDD 5200.2-R, concerning the contractor employee, and all pre-appointment security checks have been favorably adjudicated by DFAS Security Office, Arlington. (e) Findings. All contractor employees must receive a favorable NACLC or SSBI to work on DFAS contracts. Unfavorable NACLC or SSBI findings will require additional adjudicative processing prior to allowing the contractor employee to begin work on a DFAS contract. Basis for Selection: The Government will award to the contractor whose proposal is determined to be the best value to the Government, price and other factors considered. The factors that will be considered are Price and Past Performance. Offerors should address the following: Past Performance: Offerors are allowed to submit up to a maximum of 5 pages of past performance information for previous work experience on similar projects, including outcomes and points of contact. All pages after the first 5 pages, regardless of whether they are title pages, tables of content, etc., will not be evaluated. These pages shall be properly identified at the top of each page a Past Performance Information. Price: Evaluation of price will be based on the total of each lines quoted price, including the option periods. Offerors are allowed to submit up to a maximum of 1 page of supporting information on their price; however this is not required. All pages after the first page, regardless of whether they are title pages, tables of content, etc., will not be evaluated. These pages shall be properly identified at the top of each page as Pricing Support Information. Quotes should NOT include more than 7 total pages of information: five (5) pages for Past Performance, one (1) page for Pricing Support information, and one (1) additional page of basic quote information (eg. CAGE, Taxpayer ID Number (TIN), point of contact, term of quote validity, etc.). Any additional contract requirement(s) or terms and conditions: None. The Defense Priorities and Allocations System (DPAS) applies and the assigned rating for this requirement is DOC9. Offers are due by 1:00 p.m. Eastern on 19 Dec 06. Point of Contact (POC): William Mark Mayo Phone Number: 614-693-1972 Fax Number: 614-693-5674 e-mail address: William.Mayo@dfas.mil Offers may be submitted by mail to: DFAS Columbus Contract Services Directorate Attn: Bldg. 21 / 2B218 / Mayo 3990 E. Broad Street Columbus, OH 43213-1152 Facsimile and e-mail quotes are acceptable and preferred. Furnish quotes to the POC on or before the closing time listed in this RFQ. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-DEC-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/ODA/DFAS/Columbus/HQ0423-07-T-0002/listing.html)
 
Place of Performance
Address: Defense Finance and Accounting Service Learning & Development Division 8899 East 56th Street Indianapolis, IN
Zip Code: 46249-7200
Country: UNITED STATES
 
Record
SN01199230-F 20061220/061219105954 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.