Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOLICITATION NOTICE

R -- Request for Business Consulting Services

Notice Date
9/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, ACA, US Army Contracting Command Europe, ACA, Wiesbaden Contracting Center, ACA, Wiesbaden Contracting Center, ATTN: AEUCC-C, CMR 410, Box 741, APO, AE 09096-0741
 
ZIP Code
09096-0741
 
Solicitation Number
W912CM-08-T-0192
 
Response Due
9/17/2008
 
Archive Date
11/16/2008
 
Point of Contact
Ellen Foster, 0611-816-2257<br />
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this acquisition is 541611. No numbered notes apply. This solicitation is issued as a Request for Quote (RFQ) W912CM-08-T-0192 for Business Consulting Services. A Firm Fixed Price contract is anticipated. This award is anticipated to have a period of performance of two weeks period of performance 22 September 2008 through 3 October 2008. Location of work to be performed is Stuttgart, Germany. All work will be completed in accordance with the Statement of Work (SOW) (see attached) and your response must demonstrate your experience and capability of providing the requirements. Payment is expected to be made by electronic funds transfer (EFT), and the awardee must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) to receive a government contract award. Offerors who are not registered in the CCR database prior to award will not be considered. Offerors may register with CCR by calling 1-800-334-3414 or online at the website mentioned earlier. Any clarifications and/or questions should be sent electronically to ellen.foster1@eur.army.mil. Notification of any change shall be made only on the internet. Offerors quote shall be valid for a minimum of 60 days to be acknowledged in the offerors quote. The following provisions and clauses will be incorporated by reference: FAR 52.212-1 Instruction to Offerors Commercial Items, Addendum to 52.212-1; Quotes shall be submitted as follows: Offer Price Quote1 copyN/A Technical proposal1 copyMaximum of 5 pages Past Performance1 copyMaximum of 3 references (1 per page) Award will be made on the basis of the lowest price technically acceptable. Offerors proposal shall address the factors listed in the Addendum to 52.212-2. 52.212-3, Offerors Representations and Certifications Commercial Items. An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. The following FAR clauses apply to this acquisition 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to 52.212-4; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.204-7, Central Contractor Registration, 52.222-26 Equal Opportunity, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claims; 252.222-7002, Compliance with Local Labor Laws (Overseas), 252.225-7041, Correspondence in English, 252.225-7042, Authorization to Perform, 252.229-7000, Invoices Exclusive of Taxes or Duties, 252.232-7008, Assignment of Claims (Overseas) and 252.233-7001, Choice of Law (Overseas). FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-39; 52.222-50; 52.225-13 and 52.232-33. The following additional DFAR clauses cited in the clause are applicable: DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007); 252.232-7003 Electronic Submission of Payment Requests; The provision at FAR 52.212-2, Evaluation Commercial Items applies to this solicitation. Evaluation factors are technical, past performance and price. The subfactors under technical are; a) Technical proficiency and expertise in Microsoft Performance Point and SharePoint technologies (b) Capability of data mining and visualization and c) Possess a Top Secret clearance. In order to be determined acceptable, the proposal shall document a minimum of 2 years experience with PerformancePoint and/or 4+ years experience with ProClarity and Microsoft Business Scorecard. Experience with Business Scorecard Manager. Experience with MS SQL Reporting Services. Experience with Microsoft Visio. Experience must include development AND administration of Key Performance Indicators (KPI), security, and data using PeformancePoint Dashboard Designer. 4+ years relevant experience with Microsoft SharePoint architecture, administration, implementation, and development. In-depth understanding of Windows SharePoint Services 3.0 (WSS 3.0) and SharePoint Designer 2007. B) Experience with data integration tools, 5+ years' relevant experience with database design, implementation, and development. 2+ years experience with Microsoft SQL Server Integration Services (SSIS) or Reporting Services (SSRS). 2+ years experience with Microsoft SQL Server Analysis Services (SSAS) having strong multi-dimensional design and implementation skills. Experience should include delivering OLAP data to consumers (e.g. Excel, ProClarity, MS Business Scorecard), requirements gathering, data warehouse design and development. Past performance will be evaluated based on information provided by the offerors customer/client references. Past performance will be determined acceptable if any problems were resolved quickly and customer had no negative complaints regarding the offeror. Offerors shall include a listing of releveant contracts the offeror has performed during the past three years. The listing shall include contract number, type of contract, dollar value, place of performance, date of award and whether performance is on going or complete. Offerors shall also include the names, phone numbers, addresses and e-mail addresses of at least two points of contact. Past performance information obtained from any other sources will also be considered. Offerors lacking relevant past performance history will be evaluated on past performance information relating to a predecessor company, or key personnel who have relevant experience. Offerors without a record of relevant past performance information or for who information on past performance is not available will not be evaluated favorably or unfavorably on past performance. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. Award will be made on the basis of best value/trade-off analysis that is determined to be the most beneficial to the Government. Offerors shall submit written narratives that address each of the technical sub factors. Award may be made to other than the lowest priced or highest rated offer. The offeror shall submit evidence that demonstrates the ability to perform the work stated in the PWS and experience in performing the similar size and scope of this acquisition. Travel, lodging and per diem will be reimbursed IAW the JTR. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 12:00 PM CET 17 Sep 2008 via fax at 49(0)611-816-2254 or email to ellen.foster1@eur.army.mil at the Wiesbaden Contracting Center (WCC), SFCA-EC-B, ATTN: Ellen Foster, CMR 410 Box 741, APO AE 09096-0741. All quotations from responsible sources will be fully considered. For questions concerning this Request for Quotation contact Ellen Foster, Contract Specialist/Contracting Officer. NO TELEPHONE REQUESTS WILL BE HONORED. Offerors shall submit a price quote for the following Contract Line Item Numbers (CLINs): CLIN 0001 1 EA, Proof of Concept and Development CLIN 0002 1 EA, Travel, lodging and per diem Statement of Work (SOW) 1.All work and insight involving or relating to Europe Command (EUCOM) is confidential and classified. Under no circumstance are details about any aspects of EUCOM initiatives to be expressed in any form without prior written approval from proper EUCOM authority 2.All 3rd party representatives acknowledge their responsibility in the handling and presence of classified material, systems, and information 3.All 3rd party representatives have proper security clearances and credentials as part of their involvement with EUCOM initiatives The Statement of Work (SOW) outlines the following tasks to accomplish: 1.EUCOM data for a proof-of-concept (POC) dashboard will likely drive from several sources and of varying technologies. An adhoc roadmap document compiled by EUCOM will identify these sources, but dashboard efforts will demonstrate incorporation of multiple sources and technologies into a single solution. 2.Develop and display a single dashboard SharePoint web page containing key performance indicators (KPI) defined in data from initial discovery sessions. These key performance indicators should have a graphical depiction of status. Dashboard must have capability to click on specific KPI representations and retrieve detail information, basically quick training on use of PerformancePoint. 3.Develop business scorecard proof-of-concept demonstrating analysis of data supporting joint military planning, performance management, and decision making. Since scorecard is a performance management tool it will also support EUCOM directives or unique customer management and/or decision making models. Efforts here are to be guided by roadmap documentation compiled by EUCOM describing business intelligence (BI) baseline goals and concepts, and using lessons learned from previous goals, #2 above 4.Construct or formulate an extensible architecture able to accommodate expansion of business intelligence baseline goals. Independently compose roadmap document describing how to implement such architecture. 5.Review logistics and theater security cooperation initiatives. Then, analyze prospect data to devise proof-of-concept framework for dissemination of this information through the use of PerformancePoint and SharePoint technologies. Summary 1.Demonstrate how to develop a dashboard using multiple data sources through PerformancePoint and SharePoint technologies 2.Demonstrate how to establish key performance indicators with information drill-down capabilities, and how to arrange and display on a dashboard through PerformancePoint and SharePoint technologies 3. Develop a working proof-of-concept business scorecard demonstrating analysis of data supporting joint military planning, performance management, and decision making 4.Compose documentation outlining an extensible information technology architecture that supports EUCOM business intelligence baseline goals 5.Devise, in some form, a proof-of-concept framework for dissemination of theater security cooperation initiatives through the use of PeformancePoint and/or SharePoint technologies
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=05abecd94d936a2b34d9cb5688b436b2&tab=core&_cview=1)
 
Place of Performance
Address: HQ USEUCOM ATTN: ISKM, Unit 30400 Stuttgart BW<br />
Zip Code: 09131<br />
 
Record
SN01665279-W 20080911/080909223712-05abecd94d936a2b34d9cb5688b436b2 (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.