Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2008 FBO #2397
SOLICITATION NOTICE

D -- Commercial –Off-The-Shelf Software Tool that will Automate the EDA Balanced Scorecard Implementation

Notice Date
6/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
DG1325-08-RQ0761(GJB)
 
Archive Date
7/16/2008
 
Point of Contact
Georgia J. Barrett,, Phone: 301713-0838,133, Morie E Gunter-Henderson,, Phone: 301 713-0838 ext. 205
 
E-Mail Address
jean.barrett@noaa.gov, morie.gunter-henderson@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation Part 12, 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 document incorporated the Statement of Work, provisions and clauses. The provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. NAICS number is 511210. This is a Small Business Set Aside. Business Size Standard is $23.0 Million. The Government intents to award a Firm Fixed Price contract full and open competition with an estimated value of $80,000.00 - $99,000.00 or best value to the Government. The Government reserves the right to award without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the required information for evaluation may render the offer non-responsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses : 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration, 52.222-41 Service Contract Act of 1965, As Amended. 52.227-14 Rights in Data General (Jun 1987). The FAR provisions and clauses may be downloaded at http://www.farsite.hill.af.mil/vffara.htm. The following Department of Commerce provisions and clauses apply to this acquisition: 1352.231-70, Duplication of Effort; 1352.233-70, Harmless from Liability; 1352.209-73 Compliance with the Laws; 1352.208-70, Printing; 1352.252-70, Regulatory Notice; 1352.209-71, Organizational Conflict of Interest; 1352.209-72; Security Processing Requirements for Contractor/Subcontractor Personnel Working on a DOC site (low and moderate risk contracts); Complete 1352.239-74 (OCT 2003) Security Requirement Information Technology Resources. STATEMENT OF WORK 1.0 BACKGROUND The Economic Development Administration (EDA) was established under the Public Works and Economic Development Act of 1965 as amended. EDA's mission is to help states, regions and communities create wealth and minimize poverty by promoting a favorable business environment to attract private capital investment and higher-skill, higher-wage jobs through world-class capacity building, planning, infrastructure, research grants and strategic initiatives. To this end, EDA implemented the Balanced Scorecard (BSC) program several years ago, to measure performance and to translate EDA's strategy and goals into a set of actions and initiatives. EDA, an agency within the Department of Commerce, recently revised and updated its Balanced Scorecard (BSC) strategic management implementation. The newly revised BSC better quantifies EDA's current niche in the economic development community. The new BSC is currently in use; however, the mechanism for inputting, storing, distributing and analyzing the data must be improved. The EDA Balanced Scorecard features both financial and operational key performance metrics that measure the consequences of EDA resource investments on community economic development. There are separate scorecards for individual EDA offices, all of which are "rolled up" into an enterprise scorecard. The current method for producing the BSC is a time-consuming, manual quarterly process. This labor intensive method involves too much work from EDA's limited resources, leaves openings for entry errors, and does not provide the necessary involvement from both HQ and Regional Office staff. It also does not provide the analytic capabilities desired by senior staff. The objective of this purchase request is to procure a COTS software tool that automates EDA's BSC implementation. In addition, the tool must be capable of working within the EDA Oracle environment; interfacing with other EDA databases and software; meeting Federal, DOC and EDA IT security requirements; providing the features required in the areas of functional requirements, technical requirements, and operational requirements; mitigating known risks; and satisfying the evaluation criteria. 2.0 SCOPE EDA wishes to procure a COTS software tool that automates EDA's BSC implementation. The tool must be capable of working within the EDA Oracle environment; interfacing with other EDA databases and software; meeting Federal, DOC and EDA IT security requirements; providing the features required in the areas of functional requirements, technical requirements, and operational requirements; mitigating known risks; and satisfying the evaluation criteria. The Contractor shall provide a customizable Commercial Off-the-Shelf software product or package that provides for open architecture, provides a well documented migration path to newer software releases, and includes a maintenance and support agreement that provides notification of service releases and hot fixes. EDA wishes to purchase a product that needs a minimum of customization, but still retains the potential for future customization if the need arises due to additional revisions. The vendor must be able to provide onsite training and ongoing product support through an annual maintenance agreement. The vendor must be able to demonstrate past performance of their COTS tool to implement a similar BSC, and the vendor must have a business strategy that shows concrete benefits for EDA. EDA has sufficient resources available for the initial BSC system design, and for installation, customization and implementation of the BSC COTS tool. The maintenance agreement must allow for technical help calls and problem resolution regarding the installation and customization of the tool. EDA is not seeking other technical services in this purchase. 3.0 STATEMENT OF WORK The Contractor shall provide a customizable Commercial Off-the-Shelf software product or package that meets or exceeds the following requirements. The system shall be accessed via the Department of Commerce Intranet. The system shall be compatible with existing software and hardware and be compliant with the Department of Commerce and EDA enterprise architecture including server operating system(s), database tools, Department of Commerce standard desktop and web browser configurations. The system shall pull source information from the OPCS, Oracle 10g database. The Balanced Scorecard reports shall be developed in the selected COTS tool. The system shall support role-based security mechanisms to govern access to capabilities and information commensurate with the user's job function and responsibilities. For data entry only, the system shall require valid DOC log-in IDs. The system shall provide summary level information only. Personal identifiable information (PII) shall not be made available through the tool. The tool shall comply with the security standards set forth by the U.S. DEPARTMENT OF COMMERCE IT SECURITY PROGRAM POLICY AND MINIMUM IMPLEMENTATION STANDARDS of June 30, 2005 found at http://www.osec.doc.gov/cio/ITSIT/DOC-IT-Security-Program-Policy.htm. The system shall comply with all internal controls as established by the selected Certification and Accreditation standards. The system shall enforce session expire or timeout after a period [to be determined] of inactivity. BSC data shall be refreshable on a daily basis. The system shall make available all historical BSC quarterly reports. The system shall be web-based and shall not require any software components to be installed, configured and maintained on users' desktops. The system shall be scalable to serve a potential user community of 50 users across six regions and five HQ offices of EDA. The system shall provide web-based analytical reporting capabilities. The system shall meet the applicable accessibility standards at 36 CFR 1194. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at www.section508.gov The system shall provide the system administrator the ability to set privileges (e.g. read, write, delete) for end-user access. The system shall enable data entry and reporting from a single interface. The system data shall be exportable to multiple formats including MS Excel. The system shall enable setup information, objectives, measures and the actual results (not available from the OPCS data source) to be added and changed by both headquarter and regional office staff as needed. The system shall enable the configuration of performance thresholds for actual measures and be enforceable through data entry. The system shall allow users to maintain target and actual information for measures either through manual input or by processes built to move information in from other data sources. The system shall synchronize measures with the data through an automated interface to OPCS. The system shall provide users with the ability to add categories, measures, targets, and actual data to the system. The system shall enable automated screening processes and error edits to minimize data entry errors. The system shall identify and highlight data anomalies. The system shall maintain audit logs of operations performed including the nature of the change and the user and date/time it was performed. The system shall perform all required calculations and shall produce the results achieved for each measure and objective. The system shall have a user interface that is easy to navigate and use. The system shall update all balanced scorecards on a daily basis. The system shall finalize all balanced scorecards on the 3rd business day after end of the preceding quarter. The system shall provide all balanced scorecards as defined in Section 2.5, Report Requirements, corporate balanced scorecards, consolidated regional balanced scorecards, and including headquarter office balanced scorecards. The system shall maintain all historical BSC quarterly reports. The system shall enable "drill down" to progressively lower levels of supporting and detailed data within a balanced scorecard report using a URL link (the URL can be pointing to an existing web resource, for example, to a report link in ReportNet). The system shall enable "drill down" through standard balanced scorecard reports and graphs e.g. the strategy map where users shall click-on "bubbles". The system shall allow users to filter content by entering and selecting filter criteria. For reports that are accessed via an URL, parameter values shall be automatically passed to the linked report. The systems shall break large data sets into separate pages and enable users to navigate from page to page. The system shall allow users to print reports. The system shall allow user to save report queries, report formats and query results in different file formats, e.g. MS Excel, MS Access, text files, PDF and HTML. The system shall allow users to share saved files with other users. The system shall be expandable to include additional balanced scorecard reports. The system shall provide ad-hoc query capabilities. Ad-hoc reports shall then be printed or saved to standard report formats. The system shall provide data trending capabilities for user analysis. The system shall be capable of representing an objective as a report bubble, which can be color coded based on the lowest score that objective across all or selected reporting units. The system shall allow insertion on reports of a small "bubble" into each objective bubble representing the performance in the previous reporting period, e.g. quarter. For each active measure, a system report shall show the actual performance figure, the targets (figure and percent to target) for each regional office. The system report shall display the performance information in a matrix format. The system shall allow for customizable "canned reports" and ad hoc reports. The contractor shall provide price discounting options if EDA already owns other products within the company's suite of products. 4.0 Deliverables The contractor shall provide the following items. DVD(s) with the COTS software product or package, including all supporting documentation Product licenses for 50 users, with per user license costs An initial twelve month maintenance period, and estimates for continued maintenance for the following two years Access to version releases, patches and upgrades while under a maintenance contract, with access provided via a secure download and by DVD Access to online or telephone support during Eastern Time business hours. Capabilities and price list for training. Offerors are advised to submit all questions via email to G. Jean Barrett no later then 10 am on Monday, June 23, 2008. Answers to questions received within the specified date/time will be posted to FedbizzOpps. Submit response to this RFQ via email to: Jean.Barrett@noaa.gov on or before 1:00pm Eastern Standard Time, Tuesday*, July 2, 2008*. Also, the email submission *MUST* be followed up with an original hard copy within five business days from the due date to the address below. Please note, it is the offeror's responsibility to ensure/verify the Government receives their submission on or before the time specified. Reference RFQ # DG1325-08-RQ0761 (GJB).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=612e36645a45cd6c15493e1bd3176f3d&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Department of Commerce, Economic Development Administration, 1401 Contsitution Avenue, Washington, District of Columbia, 20230, United States
Zip Code: 20230
 
Record
SN01595120-W 20080619/080617222032-612e36645a45cd6c15493e1bd3176f3d (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.