Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

R -- Sr System Analyst Services

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW Room 6514, Washington, DC, 20230, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SA13017RQ0019
 
Response Due
7/5/2007
 
Archive Date
8/1/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is SA13017RQ0019. The solicitation is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The full text of clauses referenced herein may be accessed electronically at http://www.acqnet.gov/far/. The requirements will be fulfilled using the Simplified Acquisition procedures, Part 13 of the FAR, and the test program authorized in FAR 13.5 for acquisitions of commercial items not in excess of $10 Million. The NAICS code is 541511 Custom Computer Programming Services and the associated small business size standard is $6.5M. The Government shall award one fixed price task order type contract as a result of this RFQ. THIS IS A 100% TOTAL SMALL BUSINESS SET-ASIDE Request for Quote. 1352.211-70 STATEMENT OF WORK/SPECIFICATIONS, January 2007. BACKGROUND. The Office of the General Counsel (OGC) and the International Trade Administration (ITA) will need to develop and maintain several applications and services using Lotus Notes. These applications support the day-to-day operations and activities of tracking case loads, actions items, correspondence, the storage of documents, and knowledge databases for future reference. The contractor shall provide application development, maintenance and user support for these applications. CONTRACTOR RESPONSIBILITIES 1. Ongoing support in meeting with current and future users of these applications to determine their current and future needs and propose solutions using either standard Lotus Notes tools or custom developed applications. The contractor is to work with existing and future users to determine their needs and to suggest any solutions using Lotus Notes tools or other applications. Import Administration has over 350 employees. Requests for new Lotus Notes databases or modification of existing databases to help them meet Department strategic or performance goals, or other business goals could come from any of over 12 offices in Import administration. 2. Support will also be needed for design, development, modifications, and evaluation of applications and services for supporting legislative functional areas within the OGC and the ITA. This support will include the analysis of existing programs and/or formulating logic for new systems, devising logic procedures, preparing flowcharting, performing coding, and testing/debugging programs. The contractor must be able to respond to requirements for new reporting or other applications when requested by the OCG functional or legislative groups and ITA functional offices. The contractor must be able to respond to new requirements with application solutions that successfully satisfy the requirements. When required, the contractor must be able to conduct an analysis of existing programs and/or formulate logic for new systems to meet the stated requirements. 3. The vendor would be responsible for maintenance of databases created or assumed in 2.1 and 2.2. Maintenance of applications/websites used by the Office of the General Counsel and the International Trade Administration, include: BriefBank, CCIA Litigation, ESA Work Tracking System, CCLTS, FinLitLog, FilLit File Sharing System, OTRAC, and OGC Website. All interested Offerors shall provide an offer for the following line items: CLIN, Contract Line Item Number, 0001 ? Base Period. ? Senior System Analyst for application, development, maintenance, and user support services from date of award through May 30, 2008. OPTION PERIOD I CLIN 1001 This is an option period of performance. Option Period 1 from June 1, 2008 through May 30, 2009. OPTION PERIOD I CLIN 2001 This is an option period of performance. Option Year 2 from June 1, 2009 through May 30, 2010. OPTION PERIOD I CLIN 3001 This is an option period of performance. Option Year 3 from June 1, 2010 through May 30, 2011. The Contractor shall furnish personnel with the following qualifications and experience that address the below technical factors in order for this contract to be awarded. Factor 1 ? Technical - Resumes, not to exceed 1-page in accordance with the Technical evaluation factor. EXPERIENCE. Contractor must have a minimum of successful experience of two (2) years with the following technical requirements: Lotus Notes/Domino 6.5 and 7, Lotus Notes Formula, Commands, Lotusscript, and Javascript, Script Libraries, Workflow applications, Lotus Notes Client and Web Based Applications, Lotus Notes Security including ACLs and Group Administration, Adobe Acrobat Professional, Adobe Photoshop, HTML and CSS, Macromedia Dreamweaver MX 2004, Macromedia Dreamweaver Templates and Web Pages, Lotus Notes Certified with 10 Years Experience, Section 508 regulations and best practices, Prior Experience with User Support via Phone and E-mail, and Prior Experience Developing Legal Applications. In addition, contractor must have a minimum of successful experience of two (2) years with the following operating environment: Microsoft environment, Server operations are primarily handled by the OCIO Staff and not the contractor. However, the contractor shall participate in an advisory capacity regarding the procurement of hardware, server operating system, and application software. Know how to use the applications and show that he/she can incorporate them in the solutions proposed in Item 2 Contractor Responsibilities. Factor 2- Past Performance ? One - provide a minimum of 2-credible references for projects within the past 2-years. Each reference shall not exceed 1- page per reference and shall include a brief description of the requirements for which the contractor has performed similar assessments, in accordance with the Past Performance evaluation factor. Include the company/agency name, Point of contact, telephone number; fax number and e-mail address, contract data including the contract number, dollar value, and period of performance of the effort. Factor 3 ? Price The price evaluation will determine whether the proposed prices are realistic, complete, and reasonable in relation to the requirements. All prices must include all direct and indirect costs associated with the work requested. FAR CLAUSES - FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, Jul 1995, FAR 52.213-3 ? Offeror Representations and Certifications, Other clauses included are FAR 52.216-18, Ordering, Oct 1995, FAR 52.217-9, Option to extend the Term of the Contract, Mar 2000, and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, Dec 1996, which can be found at http://oamweb.osec.doc.gov/CAPPS_car.html. REQUIREMENT SUBMISSION to this RFQ, Offerors are REQUIRED to submit the following information by the date and time specified for receipt of offers on a signed SF1449: Factor 1 ? Technical - Resumes, not to exceed 1-pages in accordance with the Technical evaluation factor. Factor 2- Past Performance ? One - provide a minimum of 2-credible for projects within the past 2-years. Each reference shall not exceed 1- page per reference and shall include a brief description of the requirements for which the contractor has performed similar assessments, in accordance with the Past Performance evaluation factor. Include the company/agency name, Point of contact, telephone number; fax number and e-mail address, contract data including the contract number, dollar value, and period of performance of the effort. Factor 3 ? Price, Offerors are required to submit a firm fixed unit price for each CLIN including optional CLINs. The Government contemplates award of a Requirements Contract, FAR 52.216-21, resulting form this RFQ. Vendor must be actively registered in the Central Contractors Registration, CCR, in accordance with 52.204-7. EVALUATION METHOD - The Government will award a contract resulting from this solicitation to the responsible Offeror whose Offer conforming to the solicitation is the most advantageous to the Government, price and other factors considered. Each offer will be reviewed for their relative technical strengths and weaknesses in order to make a best value determination along with the price. The evaluation factors are: FACTOR 1 ? Technical; FACTOR 2 ? Past Performance; FACTOR 3 ? Price. Factor 1 is more important than Factor 2. Factor 1 ? Technical and Factor 2- Past Performance are significantly collectively more important than Factor 3 ? Price. FACTOR 1 ? Technical meeting Factor 1 ? Technical requirements above, not exceeding 2 pages. FACTOR 2 - PAST PERFORMANCE, meeting Factor 2- Past Performance requirements above is including at least two 2-references for projects within the past 2 years. FACTOR 3 ? PRICE As proposals ratings for the total non-price factor evaluation become more equal, price shall become more important. INVOICING The contractor shall submit a monthly billing invoices/statement. The invoice shall include all services completed for the month. One 1-original of each invoice shall be submitted on an SF-1034 Public Voucher for Purchases and Services Other Than Personal. The SF-1034 can be located on the GSA Forms Library website: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF The invoice and SF-1034 shall be submitted to the address and to the primary COTR identified in CAR clause 1350.201-71 of the solicitation. Questions regarding payment should be direct to the Contracting Officer identified in Standard Form 1449 of this contract. The contractor shall provide an original invoice for payment to the Department of Commerce National Industry of Science and Technology, NIST, Accounts Payable Office at: NIST Accounts Payable Office, Bldg 101, Room A-836 MS, 1621; 100 Bureau Drive; Gaithersburg MD, 20899. Telephone: 301-975-2261; Fax: 301-975-8283; Email: invoice@nist.gov. NIST will forward the invoice and a payment authorization form, NIST, 162 Form or other document/voucher authorizing Government payment) to the COR or COTR. The COR/COTR will return the invoice and the signed payment authorization form to NIST for payment. A copy of the monthly invoice shall be submitted in accordance with the payment schedule identified on the Form 1449. . De minimis exception: In the event that a given month?s invoice does not exceed $150, the Contractor may forgo submission of an invoice for that month and may submit the corresponding costs in the invoice for the following month. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In accordance with FAR 52.212-1, Offerors must show the solicitation number, the time specified in the solicitation for receipt of offers, the name, address, and telephone number of the Offerors, a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements, price, remit to address, if different than mailing address. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its Offer. FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. The Government anticipates making one award under this solicitation. However, DOC is under no obligation to make more than one award, in fact, may not make any award under this solicitation. The Defense Priorities and Allocations System, DPAS, does not apply to this acquisition. Offerors shall submit 1-electronic quotes on CD-ROM, with three 4-original paper copies of SF1449 of its offer to U.S. Department of Commerce, CAS, OS Business Solutions Team, Sol: SA13017RQ0019, 14th & Constitution Ave. N.W., Room 6520, Washington, DC 20230, Attn: Wendy M. Clare. The closing date for receipt of quotes is 12:00 PM local time, July 09, 2007. FAX and EMAIL SUBMISSIONS SHALL NOT BE ACCEPTED. Questions regarding this acquisition should be forwarded to Wendy M. Clare: 202-482-5338; email wclare@doc.gov on or before July 5, 2007. This Solicitation shall not be construed as a commitment of any kind. Any quote not submitted on a SF1499 will be returned and not considered as a submission to this solicitation. The SF1449 can be provided electronically by emailing wclare@doc.gov.
 
Place of Performance
Address: Department of Commerce, 14th and Constitution Ave, NW, Washington, DC
Zip Code: 20230
Country: UNITED STATES
 
Record
SN01328863-W 20070629/070627220428 (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.