Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
SOLICITATION NOTICE

D -- The Federal Funding Accountability and Transparency Act (FFATA) Data

Notice Date
8/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
General Services Administration, Office of the Chief Acquisition Officer (V), GSA Headquarters Contracting Division (VC), 18th & F Streets, NW Room 4020, Washington, DC, 20405, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS00V07PD5337
 
Response Due
8/24/2007
 
Archive Date
9/8/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is GS00V07PD5337 and is issued as a request for proposal. The associated North American Industrial Classification System (NAICS) code for this procurement is 541511 with a small business size standard $23.0 M. This requirement is restricted to small businesses only. All interested small business offerors may submit a quote. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be access electronically at http://www.acqnet.gov/far. Company must be registered on Central Contractor Registration (CCR) before an award can be made. If a company is not registered in CCR, they may do so by accessing the following web site at http://www.ccr.gov/. The purpose of this effort to acquire web-site software and license, technical support, documentation of Configuration Management, technical advice and analyzed data sets of the Federal acquisition and grants funding activities, for the period of FY2000 through FY2007 and updates in FY2008 including the web display software to allow searching and filtering on many data fields which establishes the existing relationships between organizations receiving Federal financial assistance (referred to as FFATA Data), to allow free public, easily accessible searching and filtering on many data fields similar to the www.fedspending.org web site, as it currently exists. The launch of the Government Web site for search of contracts and grants is scheduled for 3 week after contract award. ? The due date for submittal of the Technical and Price Proposals will be August 24, 2007, 5 pm EDT to the Kisha Emmanuel, Contracting Officer via email at kisha.emmanuel@gsa.gov using Microsoft Word or PDF attachments. ? The Technical Proposal is limited to 30 pages with a minimum 11-point font size text, and page margins of at least 1 inch on the top, bottom and sides. Resumes and Table of Contents (to consist of topics and page numbers only) are not included in the 30-page limitation. Any attachments, appendices or exhibits are included in the 30 -page limitations. ? If an offeror?s Technical Proposal exceeds the 30 -page limitations, only the first 30 pages will be distributed to the evaluation team. ? As Technical Proposals are reviewed, evaluated and rank-ordered prior to reviewing Price Proposals, all technical information shall be in the Technical Proposal to be considered. The Technical Proposal will include a written portion as described above. The written portion shall include: ? Technical Approach ? Past Performance ? Key Personnel ? Organizational Experience FACTOR 1 ? Technical Approach ? This factor considers the offeror?s technical approach in accomplishing the requirements and their ability to meet the delivery schedule. ? Proposal shall demonstrate the knowledge, expertise and capability to provide an existing website of full data sets of Federal government?s funding of grants, loans, cooperative agreements and other forms of financial assistance that is easily searchable and logically displayed. Proposal must describe the data record counts by year, fields of data, grooming approach and how the statistical analysis is already performed and available. A demonstration of the proposed website and its capabilities is expected during the oral presentation. ? Discussion of the methods and techniques for completing each task to include any tools if needed for the solution; and ? Discussion of anticipated major difficulties and problem areas, along with potential recommended approaches for their resolution. FACTOR 2 ? Past Performance ? This factor will evaluate the proposal to assess the corporate experience of the offeror with respect to projects similar in size, complexity, and relevant subject matter expertise to the work described in the SOW. ? This may include experience with web-site development, software, licensing, providing technical support, configuration management documentation, technical advice; experience in performing similar analysis; and experience in delivering similar work products and recommendations, that comply with the requirements of the Federal Funding Accountability and Transparency Act t of 2006 (P.L. 109-282) (FFATA). ? Provide a summary of at least three (3) similar contracts performed by your organization within the last three years. ? Include a brief description of the project, project title, contract number, period of performance, contract amount, client identification including agency or company name, and point-of-contacts with e-mails and telephone numbers for at least three references. Contact information must be current. FACTOR 3 ? Key Personnel ? This factor will evaluate the quality of the associates, based on whether they have the experience and skill deemed by the government to be necessary to maximize success of the program, minimize risk and successfully complete the requirements of the SOW. ? Personnel shall have experience and expertise in, web site development; software installation; providing technical support, configuration management documentation, and technical advice; have analytical skills with an understanding and knowledge of Federal acquisition data from the Federal Procurement Data System (FPDS), the Federal Assistance Award Data System (FAADS) and the U.S. Department of Health and Human Services? web-site, www.Grants.gov. ? Key personnel must be the individual(s) the offeror proposes to utilize to meet the requirements of the SOW. ? Provide a description of the experience, skills and capabilities of each of the key personnel on your proposed project team. ? Descriptions shall include the quality and depth of experience of proposed personnel in working on similar projects in terms of background, education, work experience, and accomplishments. ? Descriptions should demonstrate the knowledge that key personnel have gained through completed and ongoing efforts on similar projects of approximately equivalent complexity. "Similar projects" is meant to convey similarity in subject matter, dollar value, duration, and complexity. Factor 4 - Organizational Experience: ? The offeror is asked to demonstrate the firm?s ability to provide web-site software and license, technical support, documentation of Configuration Management, technical advice and analyzed data sets of Federal acquisition and Federal grants funding. ? Offeror shall explain corporate strategies and methodologies to provide professional oversight, leadership, and form all quality control measures to assure satisfactory performance of services. ? Supporting subcontractors, consultants and partners will be considered and identified by company name, qualifications and experience for the segments of the work they will provide. ORAL PRESENTATION INSTRUCTIONS: An oral presentation is required to provide GSA evaluators a demonstration of the offeror?s FFATA capability and permit GSA evaluators to receive information as to the capability of the offeror?s ability to support the FFATA requirement. The offeror will be evaluated on the presentation. The oral presentations will be held on August 28, 2007, beginning at 9:00 am, EDT. Scheduling of each offeror's presentation time and date will be established by lottery, and offerors will be informed accordingly by e-mail or telephone. Please provide the name of the person to be notified, the telephone number and email address. Notification of presentation times will be established by August 27, 2007 at 10:00 am EDT. The time allowed for each offeror's presentation may not exceed 45 minutes in length. A twenty-minute question and answer session will follow the oral presentation. Except for the screen provided in the conference room, the Government will provide no equipment. The offeror will be responsible for any equipment necessary for the presentation. The offeror shall not record any of the oral presentation process. Access to the internet will be available. Only the offeror's key project personnel will be allowed to participate in the oral presentation. Key project personnel are those personnel who will be assigned to the contract. Two additional people (i.e. chief executive officer, company president, legal representative, etc.) may attend, but will not be allowed to present except in a brief company introduction under five minutes that will not be evaluated. It is anticipated that the key project personnel will answer the majority of the questions posed during the question and answer session. There is no limit to the number of slides that can be presented during the oral presentation, but only those slides presented will be considered for evaluation. Slides should be sequentially numbered in the lower right corner. 6 (six) copies of the presentation should be available for meeting attendees. The oral presentation should demonstrate the offeror's ability to deliver an existing web-site of groomed data and operational software that complies with the requirements of the FFATA Act of 2006 (P.L. 109-282). During the oral presentation the offeror's key project personnel should address the following topics: ?? Data completeness, quantity, quality, grooming and statistical analysis, the operational environment, licensing rights in software and data over the system life-cycle, personnel support requirements, technical support offered to assist the Government in successfully launching the site on time and maintaining the site, and the functionality offered in relation to the SOW desired functionality as proposed\demonstrated by the offeror; ?? Proposed methods and techniques for completing proposed tasks; ?? How each proposed task will be evaluated for full performance and acceptability of work from the offeror's viewpoint; and ?? Anticipated major difficulties and problem areas, along with recommended approaches for their resolution. Upon completion of the presentation, GSA will caucus to discuss the offeror?s presentation and to formulate any questions regarding the presentation. The offeror will then address any questions or clarifications posed by the Contracting Officer or the Technical Evaluation Board (TEB) Chairperson. The question and answer session is expected to last no more than 20 minutes. The purpose of the oral presentation is to assess the offeror?s knowledge and understanding of this requirement and the Government?s objectives, and to assess the offeror?s capability\demonstration to satisfy the requirements set forth in the SOW. The offeror?s presentation shall be evaluated on the evaluation criteria set forth in the RFQ. PRICE PROPOSAL INSTRUCTIONS: ? The price proposal shall be a separate volume from the technical proposal. It shall be submitted at the same time as the technical proposal. ? Proposals shall clearly reflect the tasking as specified in the SOW. ? For evaluation purposes only, offerors shall provide labor categories, labor rates and estimated hours for each task, as well as any other direct costs. ? There is no page limit for the price proposal. EVALUATION OF PROPOSALS Each Offeror?s proposal shall be evaluated according to the factors shown below. FACTOR 1: Technical Approach 50% ? Understanding of the work, including creativity, thoroughness and innovation shown in planned execution of the requirements in the SOW; ? Discussion of specific methods and techniques for completing each discrete task; ? Anticipation of potential problem areas, and creativity and feasibility of solutions to problems; and ? Discussion of schedule and any other issues about which the Government should be aware. FACTOR B: Past Performance 20% ? The history of successful completion of similar projects (involving knowledge skills and abilities as described above)within the past 3 to 5 years of producing high-quality work and other deliverables, of staying on schedule and within budget; of anticipating and solving problems that occurred during contract performance. FACTOR C: Key Personnel 20% ? Availability and qualifications of the proposed staff, their experience in similar projects and their capability to fully and professionally accomplish the objectives stated herein; ? Ability to communicate both orally and in writing with both technical staff and senior management. ? Consideration of the required knowledge, skills and abilities as specified in the SOW. FACTOR D: Organizational Experience 10% ? Demonstrated ability to perform the scope of activities as required. ? Relevant experience on requirements of a similar scope and complexity ? Supporting subcontractors, consultants and partners will be considered. ? Staffing (other than key personnel resumes) CONTRACT AWARD: Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides an overall best value to the Government, technical evaluation factors, and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical evaluation factors are more important than cost; however, between proposals that are evaluated as technically equal in quality, cost will become a major consideration in selecting the successful Offeror. QUESTIONS REGARDING THIS RFQ All questions must be submitted in writing via email to kisha.emmanuel@gsa.gov, no later than August 21, 2007, 5 pm, EDT to ensure a response. ALL QUESTIONS MUST BE SUBMITTED IN WRITING AND NO QUESTIONS WILL BE ACCEPTED BY TELEPHONE. The Government reserves the right to edit any questions as needed to protect the identity of the source, but absent this consideration, the Government intends to quote each submitted question verbatim in its response. The Government has targeted, but cannot guarantee a consolidated response to all bidders on or about August 22, 2007.
 
Place of Performance
Address: Washington, DC
Zip Code: 20405
Country: UNITED STATES
 
Record
SN01374096-W 20070817/070815222944 (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.