Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SPECIAL NOTICE

65 -- Website Design and Maintenance

Notice Date
9/11/2007
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;Special Services;1432 Sultan Drive;Suite C;Fort Detrick MD 21702
 
ZIP Code
21702
 
Solicitation Number
VA-SNOTE-070911-008
 
Archive Date
11/10/2007
 
Description
Continuation Block 2.1 Contract Administration Data (continuation from Standard Form 1449) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. Contractor: ________________________ b. Government: Contracting Officer AFMLO/VA Special Services, 1432 Sultan Drive, Suite C, Ft. Detrick, MD 21702 2. Contractor Remittance Address: All payment by the Government to the contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer- Other than Central Contractor Registration, or [] 52.232-36, Payment by Third Party 3. Invoices: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [] d. Monthly [x] 3. Government invoice address: All invoices from the contractor shall be mailed to the following address: AFMLO/VASS terri.young@ft-detrick.af.mil VAS: 301-619-8299 Ft. Detrick, MD 21701-5006 Offerors must complete and return all information designated in 52.212-1, Instructions to offerors - commercial items, paragraph b, prior to the time specified in block 8 of SF 1449 in order to be considered for award. Acknowledgement of amendments: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: Amendment No Date _________________________ _____________ _________________________ _____________ _________________________ _____________ Sealed offers for furnishing the supplies or services in the Schedule will be received at the address specified in Block 9 of SF 1449, or if hand-carried, to the address shown in block 15, until the date and time specified in Block 8. CAUTION - LATE Submissions, Modifications, and Withdrawals: See provision 52.212-1. All offers are subject to all terms and conditions of this solicitation. Performance Work Statement HAZDEC On-line Subscription Renewal For AFMOA/SG3SLX POC: MSgt Susan Tow As of date 9/7/2007 PERFORMANCE WORK STATEMENT (PWS) FOR CONTINUED HAZDEC ON-LINE SUBSCRIPTION SERVICES SECTION 1 1.1 Scope 1.1.1 The contractor shall provide non-personal services via on-line subscription and application of the Masterform for HAZDEC Program, which completes, stores data, and updates Shippers Declaration for Dangerous Goods in accordance with (IAW) Air Force Manual (AFM) 24-204, Preparing Hazardous Items for Military Shipment, International Civil Aviation Organization (ICAO) Regulations, International Air Transport Association (IATA) Dangerous Goods Regulations, and Department of Defense (DoD) 4500.9R, Defense Transportation Regulation. 1.2 Personnel 1.2.1 SERVICE DESCRIPTION. The contractor shall provide access to on-line application of Masterform for HAZDEC Program for 105 Air Force (AF) Medical Logistics sites. This on-line application shall complete/populate, store data, and update Shippers Declaration for Dangerous Goods IAW AFM 24-204, and IATA. Updates shall be accomplished and available whenever a change to the above referenced regulations takes place. This contract shall include on-going training and free technical support via telephone. 1.2.2 POINT OF CONTACT. The Contractor shall provide a Point of Contact (POC) that will be responsible for ensuring all 105 AF sites are able to access the on-line application. This POC shall be English speaking and educated on the use of the website, to ensure training can be accomplished via telephone. 1.2.3 CONTINUITY OF SERVICE. This shall be an on-going subscription. 1.2.4 CONTRACTOR RESPONSIBILITIES. The contractor shall be responsible for all upkeep and maintenance of the on-line application and website. All updates shall be available to all registered AF users within 5 duty days of any updates to all regulations referenced in paragraph 1.1.1 of this PWS. 1.2.5 FEDERAL HOLIDAYS. The contractor shall not be required to offer technical or training support on Federal Holidays. However, the on-line application must be available to all registered AF users on these days. 1.2.6 ON CALL/AFTER DUTY HOUR RESPONSE TIME. The contractor shall provide a 24 hour phone number/e-mail address for assistance with contingency support operations. After duty response shall be limited to emergent situations, deemed by the registered AF user. The contractor shall respond within 2 hours, via telephone or e-mail to emergent requests for assistance. Response time to all other after hours technical calls shall be returned within 24 hours of request. 1.2.7 RELATIONSHIP OF THE PARTIES. This is a non-personal services contract. Contractor personnel are not subject to the supervision and control of a Government officer or employee IAW Federal Acquisition Regulation (FAR) 37.104 (a)(1)(ii). Rather, contractor personnel perform their duties IAW specific tacks outlined in this PWS. 1.2.8 TIMEFRAME AND LOCATION OF SERVICES. All services provided by the contractor can be accomplished via telephone or e-mail once all 105 sites are able to access/utilize the on-line application. SECTION 2 - SERVICE DELIVERY SUMMARY (SDS) SERVICE DELIVERY SUMMARY PERFORMANCE OBJECTIVE SOW PARAGRAPH PERFORMANCE THRESHOLD SDS 1. Contractor shall provide and maintain a website for licensed customers to down load shipping forms and declarations in accordance with State and Federal guidance for transportation of hazardous materials. Scope of Work #1 Paragraph 1.2.1 100% SDS 2. Contractor shall update the site periodically to comply with changes to State and Federal law as they are modified and modernized. Scope of Work #2 Paragraph 1.2.4 100% SDS 3. The contractor shall provide Point Of Contact (POC), customer service, or help desk function for fielding questions. Personnel #1 Paragraph 1.2.2 100% SDS 4. The website shall be available 24 hours a day, 7 days a week. Continuity of Services #1 Paragraph 1.2.6 100% SDS 5. Contractor is responsible for maintaining the website's data. Contractor updates/changes are posted to the website with in 10 duty days of receipt. Contractor Responsibilities #1 100% SECTION 3- GOVERNMENT AND CONTRACTOR FURNISHED PROPERTY AND SERVICE 3.1. GOVERNMENT FURNISHED PROPERTY AND SERVICE. Not applicable. 3.2. CONTRACTOR FURNISHED PROPERTY AND SERVICES. Except for equipment, supplies, or services stated in paragraph 3.1 of this PWS to be Government furnished, the Contractor shall furnish everything required to perform this contract in accordance with all of its terms. SECTION 4 - GENERAL INFORMATION 4.1. Personnel Requirements 4.2. ENGLISH LANGUAGE REQUIREMENT. The contractor is required to provide training and technical assistance in English. 4.3. CONFLICT OF INTEREST. The contractor shall not employ any person who is an employee of the United Stated Government if the employment of that person would create a conflict of interest. The Contractor shall not employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval in accordance with the DoD Directive 5500.7 and Air Force policy. 4.4 PRIVACY AND CONFIDENTIALITY. The contractor shall not disclose names, phone numbers, base names, or e-mail addresses of any AF user registered under this contract to anyone. 4.5 SECURITY REQUIREMENTS. The contractor shall ensure that information contained in the AF user's data is not available to the general public. Each account shall be password protected, and passwords shall not be published. Each site shall have the ability to locally assign their password upon activation of the application. Contract Clauses: Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, technical features, and warranty provisions. Price will be considered as the most important factor. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless ORCA registered which must be noted in quotation. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 5,14,15,16,17,18,19, 20, 23, 24, 31, and 32. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising. Upon request, the contracting officer will make their full text available. Offers are to be received at the Veterans Affairs Special Services (VASS), 1432 Sultan Drive, Suite C, Ft Detrick MD 21702, ATTN: Cathy Dailey, no later than 4:00 P.M. eastern daylight time on 17 Sep 2007. Contact Cathy Dailey, Purchasing Specialist, via e-mail at cathy.dailey@ft-detrick.af.mil or FAX 301-619-3613. The Government will award a Contract resulting from this Request for Proposal (RFP) to the responsible and responsive offeror whose offer conforming to the solicitation will be the lowest cost/technically acceptable.
 
Record
SN01402262-W 20070913/070911220803 (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.