Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2007 FBO #2097
SOLICITATION NOTICE

D -- Resume Builder Maintenance and Upgrades

Notice Date
8/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming 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
00000
 
Solicitation Number
HQ0423-07-T-0014
 
Response Due
8/28/2007
 
Archive Date
9/12/2007
 
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. This is solicitation number HQ0423-07-T-0014: The solicitation 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 2005-18, Effective 30 Jun 2007 & Class Deviation 2005-o0001. This requirement is UNRESTRICTED in regard to business size. The NAICS code is 541511 and the small business size standard is $23 million. This requirement is designated as sole source to WorkForce Technologies. Rationale for this determination is at the bottom of this RFQ. Items: Line Item 0001 ? Resume Builder Maintenance (software upgrades and technical support). Quantity: 1 Unit of Measure: Year (Fiscal Year 2008 ? 01 Oct 2007 to 30 Sep 2008) Items: Line Item 0002 ? Resume Builder Maintenance (software upgrades and technical support). Quantity: 1 Unit of Measure: Year (Fiscal Year 2009 ? 01 Oct 2008 to 30 Sep 2009) Items: Line Item 0003 ? ? Resume Builder Maintenance (software upgrades and technical support). Quantity: 1 Unit of Measure: Year (Fiscal Year 2010 ? 01 Oct 2009 to 30 Sep 2010) Items: Line Item 0004 ? ? Resume Builder Maintenance (software upgrades and technical support). Quantity: 1 Unit of Measure: Year (Fiscal Year 2011 ? 01 Oct 2010 to 30 Sep 2011) Description of items/services: STATEMENT OF WORK (SOW) 1.0 INTRODUCTION 1.1 Organization. Defense Finance and Accounting Service 1.2 Background. The Department of Defense (DoD) has selected the Resumix enterprise system as the automation tool to offer a complete staffing solution to save money and increase quality hires automating significant portions of the staffing process. Resumix 6.4.6 allows us to screen large numbers of applicants for the skills needed for each job. Resumix will be used in conjunction with the Modern Defense Civilian Personnel Data System (MDCPDS). The DoD made the initial purchase of the Resumix product, and has mandated its use to all DoD components WorkForce Technologies, Inc. has developed an on-line Resume Builder for DFAS that allows applicants to submit, retrieve, and modify their resume. 1.3 Objective. The purpose of this SOW is to extend the existing contractor services to maintain and modify the existing DFAS Resume Builder as needed. 2.0 REQUIREMENTS 2.1 Task Description. To maintain and update the functionality of the DFAS Resume Builder. 2.2 Current Environment Web Server: Type: Sun v440 Operating System: Solaris 9 Web Server: Apache Resumix 6.4.6 Database Server: CPU: 2 processors running at 1000Mhz Disk Space: 4 ? 146GB drives Operating System: HP-UX 11.11 Oracle Version: 9.2.0.6.0 2.3 Technical Requirements 2.3.1 Client Environment: The application must be compatible with the following browsers: Netscape Navigator 4 and higher / Microsoft Internet Explorer 6 and higher 2.3.2 Web Server: The application must be able to run on a Sun v440 server running Apache as the web server. The application must be compatible with Sun Solaris 9 operating system. Transactions must be secured using 128-bit Secure Socket Layer (SSL) transmission. At no time must data (temporary or permanent) be written and/or stored on the web server. 2.3.3 Database Server: The application will store data in an Oracle 9.2.0.6 or higher database. The operating system of the database is HP UNIX 11. The database server and the web server must be able to communicate with each other. 2.3.4 Scripting Languages: The application may be written in Perl, modPerl, Java (server side only), and PL/SQL. Any other scripting languages may not be used. 2.3.5 Additional Hardware and Software Requirements: The vendor must notify in writing to DFAS if additional hardware or software with a cost involved is required to field this application. 2.4 Accessibility Requirements The software must meet the Section 508 of the Rehabilitation Act requirements. Ref: Section 508 of the Rehabilitation Act of 1973, as amended in 1998 http://www.section508.gov The vendor will provide DFAS with a copy of each html page. If DFAS notices any pages that are not Section 508 compliant, the vendor will make any changes necessary to ensure that they are. 2.5 General Requirements 2.5.1 The solutions must be offered as a web service, and fully integrate with the Resumix 6.4.6 enterprise system. 2.5.2 DFAS will oversee the project management throughout the life cycle of development. 2.5.3 Any person(s) requiring access to a DISA and/or DoD network must obtain the appropriate security clearances. 2.5.4 The application modifications must be able to be customized to accommodate DFAS process requirements. 2.5.5 DFAS reserves the right to modify the ?look and feel? of all html files in order to preserve consistency with the Agency. 2.5.6 DFAS reserves the right to retain any custom code written to meet the specific requirements set forth in future task orders to this contract. 2.5.7 All validation and application flow logic should be done at the Web server. 2.5.8 Sufficient overall hardware and software security should be provided to the applicant?s data to ensure data integrity, and privacy act considerations. 2.5.9 Provide technical support to configure the software solutions to a platform that is consistent with the technical requirement listed in Section 2.2 above. The vendor shall provide assistance in the configuration and installation of the application software to a database and Web Server located at a DISA location in support of providing the self-service features to our customers. 2.5.10 The software must facilitate easy exchange of resume, custom, requisition, and tracking data to and from the Resumix 6.4.6 enterprise system. 2.5.11 The vendor will provide any and all assistance necessary to ensure that the Resume Builder works properly in the current testing and production environments. 2.6 Specific Requirements 2.6.1 The vendor will provide functional and technical support, and software for maintenance and enhancements to the existing DFAS Resume Retrieval Application. WorkForce Technologies created the RRA Web application. 2.6.2 DFAS will provide the vendor with the specific maintenance requirements as they arise in separate task orders. These requirements will not be for new development, but only to address modifications needed for general maintenance to the software. 2.7 Deliverables. 2.7.1 The vendor will start the work as described in 2.6.1 on October 1, 2007. 2.7.2 DFAS will provide the vendor with normal maintenance requirements as they arise. The vendor will have five business days to provide the cost and timelines to complete each requirement. DFAS reserves the right to accept or decline the proposed costs and/or timelines. 2.8 Information Assurance 2.8.1 DFAS 52.224-9000 "INFORMATION ASSURANCE" (June 2007) 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. 2.8.2 (a) Magnitude. This contract will require personnel to meet the investigative standards as outlined in DoDI 8500.2 and DoD 5200.2-R for IT-I and IT-II access. Contractors must be a US citizen, in accordance with DoD 5200.2-R, Chapter 2, and specifically C2.1.1, General. 2.8.3 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 the 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 a favorable local eligibility determination made. A previous National Agency Check with Written Inquiries (NACI) or an Entrance NAC may be used for emergency appointment, provided a break in service of more than 24 months has not occurred since completion of that investigation and the SSBI has been initiated, and a Waiver of Pre-appointment Investigative Requirements has been granted IAW DoD 5200.2-R. 2.8.4 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 the DFAS information systems will complete a SF 85P. The SF 85P will be completed using the Adobe Fillable version located at http://www.opm.gov/forms/html/sf.asp . The completed/signed SF85P 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 Finger Print Card and a copy of the contractor?s birth certificate or U.S, Passport 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 SF85P along with the FD258 will be forwarded to the local Site Security Liaison (SSL) for review and submission. The SSL will notify the COR/GPOC when the contractor employees have been approved for access to the facility. The appropriate investigation (NACLC or SSBI) must be completed or an exception waiver approved, in accordance with DoD 5200.2-R, before the contractor employee begins work on a DFAS contract. Foreign Nationals must submit appropriate documentation from the Immigration and Naturalization Service (INS). Employment of non-US citizens requires a fully completed background investigation and a favorable local eligibility determination prior to beginning DFAS work, or an exception waiver approved by the Director, DFAS, before the contractor employee begins work on a DFAS contract. 2.8.5 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 a favorable local eligibility determination made, along with an exception waiver that has been approved by the appropriate waiver authority. Waivers may be approved, provided no potentially disqualifying information is known, in accordance with DoD 5200.2-R, concerning the contractor employee and all pre-appointment security checks have received favorable determinations by the appropriate DFAS Security Office. 2.8.6 Findings. All contractor employees must receive a favorable local eligibility determination to work on DFAS contracts. Unfavorable local eligibility determinations will require the removal of the contractor from the DFAS contract. 3.0 GOVERNMENT FURNISHED RESOURCES 3.1 General. The contractor must specifically identify in the task proposal the type, amount and time frames required for any government resources. 4.0 ADMINISTRATIVE CONSIDERATIONS 4.1 Project Points of Contact 4.1.1 DFAS-PSO/HRI Project Manager Joseph R. Schipani 8899 E. 56th Street Indianapolis, IN 46249-6400 Work number: 317-510-4196 Fax number: 317-510-2366 4.1.2 Alternate Todd Scott 8899 E. 56th Street Indianapolis, IN 46249-6400 Work number: 317-510-6590 Fax number: 317-510-2366 Performance Periods: 01 Oct 2007 to 30 Sep 2008 and three option years. Place of Performance is: Indianapolis, IN. FOB Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-2, Evaluation -- Commercial Items, is applicable. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) 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 shall be used to evaluate offers: Price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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. Any additional contract requirement(s) or terms and conditions: The Defense Priorities and Allocations System (DPAS) applies and the assigned rating for this requirement is DOC9. Offers are due by 2:00 p.m. EST on 28 August 2007. Facsimile and e-mail quotes are acceptable and preferred Offers may be submitted by mail and forwarded to: Point of Contact: Richard D. St.Clair DFAS Contract Services Directorate 3990 E. Broad Street Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Phone Number: 614-693-1910 Fax Number: 614-693-5674 e-mail address: Richard.Stclair@dfas.mil Furnish quotes to this POC on or before the closing time listed in this RFQ. SOLE SOURCE PROCUREMENT. RATIONALE FOR SOLE SOURCE: DFAS previously contracted for the development of a customized Resume Builder. WorkForce Technologies created the DFAS Resume Retrieval Application (RRA). DFAS owns the customization pieces of the application, and DFAS owns the hardware used to host the application. However, the core Resume Builder product is owned by WorkForce Technologies. DFAS Human Resources is not seeking replacement for the RRA, just maintenance for the existing system. In order for another vendor to be able to provide the work described in the Statement of Work, a new Resume Builder would need to be delivered, which is outside of the scope of the Statement of Work. Since WorkForce Technologies owns the product of the Resume Builder, they are the only source available to modify and enhance the DFAS RRA. While DFAS owns previously developed customized pieces of the RRA, it has not acquired or does not own the rights to the RRA code. Consistent with DFARS 227.7202-1(c)(2), DFAS does not have the right to modify commercial software itself or by a third party without the agreement of the owner of the software code.
 
Place of Performance
Address: 8899 East 56th Street, Indianapolis, IN
Zip Code: 46249
Country: UNITED STATES
 
Record
SN01381860-W 20070824/070822222927 (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.