Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2007 FBO #2036
SOURCES SOUGHT

R -- Design and Development Support for Websites and Web-based and Client-Server Applications

Notice Date
6/22/2007
 
Notice Type
Sources Sought
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, DC, 20510-7207, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-2007-S-061
 
Response Due
7/17/2007
 
Archive Date
7/18/2007
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY TO PRE-QUALIFY VENDORS. ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT THEIR QUALIFICATIONS IS CONTAINED HEREIN. I. Introduction The United States Senate Office of the Sergeant at Arms (SAA) is seeking qualified sources for multiple awards of Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts to provide design and development support for websites and for web-based and client-server applications. II. Scope Background for this effort is provided, followed by a description of the type of support needed. A. Background The Assistant Sergeant at Arms/Chief Information Officer (ASAA/CIO) organization has broad responsibilities for providing information technology and other support to its customers in the U.S. Senate including members and leadership offices, Committees, and other support organizations (e.g., Secretary of the Senate). As part of that responsibility, the ASAA/CIO maintains a portfolio of tailored, intranet websites, commercial-off-the-shelf (COTS) products and custom-developed client-server and Web-based applications to support the business needs of offices, committees and organizations. There is an ongoing effort to ensure that ASAA/CIO applications adhere to emerging user interface (UI) standards in the applications/websites, and while they retain their uniqueness, that applications/websites are visually branded as being part of the ASAA/CIO or other organization as appropriate. In support of these efforts, the ASAA/CIO seeks vendors to provide the following support for web-based applications, websites, web-based COTS products, and client-server applications: o graphic design and development Graphics shall be developed using industry standard tools, and be produced optimally for their use (e.g., .jpg for web). In addition, the ASAA/CIO seeks vendors to provide the following for web-based applications/websites only: o user interface design (wireframes/storyboards) optimized for web-based presentations o user interface development (HTML and cascading style sheets (CSS)) And finally, the ASAA/CIO seeks vendors to provide the following for client-server applications only: o user interface design (wireframes/storyboards) using Microsoft forms and controls Web-based applications and websites are currently built using: o Adobe ColdFusion Release 7.x in a Windows Server 2003 environment with IIS or Solaris with iPlanet o Microsoft Visual Studio.NET 2005 in an IIS environment o SQL Server 2005 o Oracle Portal in an Oracle Application Server environment. o Senate users typically access these websites using a variety of browsers including IE 6.x, IE 7.x, FireFox 1.x, Safari 1.x. COTS products include HP ServiceCenter, HP AssetCenter, and other administrative systems. COTS products are typically interfaced using .NET or Java-based technologies. Customized client-server applications, typically developed with Visual Basic 6.0 or Visual Studio .NET 2.0 using Visual Basic. These client-server applications typically are front-ends to MS SQL Server or Oracle databases. Specific requirements provided below will vary based on the particular work specified in the task orders to issued to vendors under IDIQ Contracts. B. Description of Types of Support The Vendor shall provide information regarding their technical skills and experience in the applicable domains. The types of support needed by domain are summarized in Attachment A to this Notice. It is not expected that vendors will have experience in every domain. Descriptions of these domains follow in the sections below. A. Domain: Graphic Design and Development Skills The Vendor shall have the demonstrated ability to: o Create an overall design for an applications look and feel that successfully integrates graphics, themes, and application content. Translate wireframes into a visually appealing graphical presentation. o Creatively convey a message with graphics that complements the objective/purpose and the look of the site/application. o Create graphics that complement the website/application theme as appropriate ? either blending into the background, focusing user attention or for other purposes. B. Domain: User Interface Design The Vendor shall have the demonstrated ability to: o Conduct business requirements analysis, collaborating with business owners and customers o Recommend modifications to business processes to streamline efforts, identifying ways in which a system can effectively be used to support the business needs o Create wireframes/storyboards, use cases, interaction diagrams and other visual supports as needed o Design a logical, easy-to-use interface for web-based and client-server applications that complement the business processes For client-server support only, a vendor who indicates experience in this domain shall have demonstrated experience designing for Microsoft client-server development technologies. C. Domain: User Interface Development The Vendor shall have the demonstrated ability to: o Create cascading style sheets (CSS) that conform to CSS1.0 and those CSS v2.0 elements that are widely-supported by the following browsers: IE 6.0 or better on Windows, including the final release of IE 7.0 (to be pushed out this month), Firefox 1.x or better on Windows and on Mac OS 10, and Safari 2.0 or better on Mac OS 10 o Adhere to standards specified in Section 508 of the Rehabilitation Act o Model the CSS using the visual design and page structure demonstrated at Zen Garden (refer to http://www.csszengarden.com for guidelines on how it is expected that the CSS and XHTML will be developed) o Develop XHTML files (depending on how many are needed to create the pages) containing only DIVs. o Test and create fixes in the CSS for the browsers listed above using a CSS validation tool (for example, W3C CSS Validator). o Test and validate XHTML against HTML Tidy or using http://validator.w3.org D. Domain: Project Management Skills The Vendor shall have the demonstrated ability to: o Develop plans defining roles, responsibilities and communications flow o Facilitate projects that are small and medium-sized o Communicate clearly orally and in writing with different audiences, including contracting officers, project managers, users and their own internal staff o Use a variety of tools to support the project as appropriate, such as a website to share mock-ups, project planning applications The Vendor shall describe their overall approach and philosophy to working with their clients, including a short description of their PM discipline. III. Response Requirements The SAA is seeking vendors who can meet its needs using best practices in each domain performing under IDIQ Contracts with fixed-price, fully-burdened fixed labor hourly rates (inclusive of travel, materials, and other direct costs). Firms will be selected for negotiations based on demonstrated competence for the required work described herein. The Vendor response to each domain as appropriate shall include paragraph numbering that corresponds to the domains listed above. A. Narrative Response A narrative response (not including graphics, tables, resumes, screenshots), no longer than 15 pages in length, addressing the domains as appropriate for the vendor. Examples in the form of screenshots or pointing the ASAA/CIO to URLs shall be provided as appropriate to illustrate products that demonstrate the application of knowledge, skills and abilities. As indicated, it is not expected that vendors will have skills in all domains. A Vendor shall respond only to those areas in which the Vendor has demonstrated knowledge, skills and experience. A Vendor will not be penalized for having experience in only some of the domains, and will not be penalized for having experience only with the private (and not government) sector. If a domain is not applicable to the Vendor, it shall be indicated. B. Past Performance and Staff Qualifications Past Performance information (not included in 15 page count), for a minimum of three customers/clients within the last three years which demonstrates the Vendor knowledge/experience in the addressed domain(s). The following information shall be provided: a. organizational name b. point(s) of contact (POC) who can speak to the details of the project, the title of the POC and their phone number c. contract number d. project title e. period of performance f. short descriptions (1 to 4 sentences) each of: work conducted relative to the domains, project purpose, scope, target audience(s) and their need(s); and screenshot(s) g. short description of the type and reason for project management tools (e.g., MicroSoft Project) used is desired, but not required h. the number of years and type of experiences in working with the U.S. Senate and with any U.S. government agencies. C. Resumes A resume (not included in the 15-page count) for each key personnel who have experience in these domains shall include: a. an indication of the domains relevant to each staff member and a description of experience in these domains b. number of years experience in the domains c. description of projects that are illustrative of experience relevant to the domains d. summary of training courses completed and certifications earned relevant to this effort e. formal education level D. Matrix The Vendor shall provide the matrix, see Attachment B to this Notice, (not included in the 15 page count) summarizing the domains by experience (specifically corporate years of experience, number of total staff with those skills), and select past performance information and technical qualifications. The same point of contact can be used multiple times across the domains, but at least two different references shall be provided for each domain. If the vendor does not have experience in one or more domains, N/A shall be entered into the matrix. E. LABOR CATEGORIES and RATES The Vendor shall provide the fully-burdened fixed labor hourly rates for each Domain Base Period and Option Years in Attachment C to this Notice. Responses are due to the POC no later than July 17, 2007 at Noon EDT, and shall be submitted electronically via email only to the attention of Kathleen M. Haddow at Acquisitions@saa.senate.gov No other method of transmittal will be accepted. The response shall not exceed the page limitation provided herein. Pages over the indicated page limitation will be discarded. The subject line of the email message shall be 2007-S-061 SSN Response. The Vendor shall provide their Tax ID and Dunn and Bradstreet number as well as the information specified above in section III: A. Narrative Response; B: Past Performance; C: Resumes, D: Matrix, and E: Labor Categories and Rates. Access to information in any files attached to the response is the responsibility of the submitting party. The SAA is not responsible for any failure to access information. Selection of a firm for negotiation is through an order of precedence based on demonstrated competence and qualifications necessary for the satisfactory performance of the services required, as determined by applying the following criteria: 1. Corporate Experience; 2. Technical Experience/Staffing; and 3. Past performance. If suitable responses are received from qualified sources, the SAA anticipates notification to selected vendors in August 2007. The resultant contracts will be a fixed-price IDIQ. The period of the contract will be from the date of award through September 30, 2008 with four one-year renewal options. The Senate or the SAA will not be responsible for any costs for the preparation of responses to this announcement. THIS NOTICE CONSTITUTES THE ENTIRE ANNOUNCEMENT AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR U.S. SENATE. TELEPHONE OR E-MAIL QUESTIONS OR REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.
 
Place of Performance
Address: Washington, DC
Zip Code: 20510
Country: UNITED STATES
 
Record
SN01326295-W 20070624/070623000016 (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.