Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2009 FBO #2714
SOLICITATION NOTICE

D -- Design and Build of a SharePoint 2007 Based Intranet Portal Website

Notice Date
4/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for New Hampshire, USPFO for New Hampshire, 1 Minutemen Way, Concord, NH 03301-5652
 
ZIP Code
03301-5652
 
Solicitation Number
W912TF-09-T-0005
 
Response Due
5/29/2009
 
Archive Date
7/28/2009
 
Point of Contact
Joan D. Parent, 603-227-1445<br />
 
Small Business Set-Aside
N/A
 
Description
Reference number W912TF-09-T-0005 is issued as a Request For Quotation (RFQ). 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 Performance Based Statement of Work, listed below, is for the design and build of a SharePoint 2007 based Intranet portal, New Hampshire Knowledge Online (NHKO) for the New Hampshire National Guard (NHNG). PROJECT GOALS 1. Allow access to NHKO for part-time Army Guardsmen and NH Air National Guard personnel not in the NHNG Active Directory, through a single sign-on solution with Army Knowledge Online (AKO). 2. Design site portals around unit and staff requirements while fully exploiting the capabilities of SharePoint. 3. Train super users to effectively manage content. BACKGROUND The NH National Guards current Intranet is built upon SharePoint 2003. Much of this site was conceived and built in an ad-hoc manner and content management has not been effective organization-wide. In some cases, files no longer necessary or relevant still exist on the site. Therefore, a straight migration from our existing platform to a SharePoint 2007 platform is not desired. However, existing content and design should prove useful in building the SharePoint 2007 site. It is our intent for both platforms to coexist, until such time as this project is completed. A portal listing for the current Intranet is provided in Attachment 1. During the transition to SharePoint 2007, super users will need to determine which files need to be retained on NHKO, which files need to be archived, and which files can be deleted. A significant amount of shared files are also stored on network storage named Usdp-04, and the same super user evaluation of these files needs to occur. Though it is not our intent to migrate all up-to-date/relevant files stored on Usdp-04 to NHKO, links to these files should exist on NHKO. A listing of shared folders on Usdp-04 is provided in Attachment 2. The NHNG is composed of three elements, the Joint Forces Headquarters, the NH Army National Guard, and the NH Air National Guard. The NH Air National Guard maintains its own Intranet at Pease Air National Guard Base. The NHNG employs approximately 960 Air Force personnel, 1815 Army personnel, and 20 civilians. Furthermore, about 140 state employees support facilities operation and maintenance. While most NHNG employees are part-time, over 700 are full-time military and civilian employees. We work and train in sixteen communities around the State. An organizational diagram for the NHNG and NH Army National Guard (NHARNG) are provided in Attachment 3. NHARNG personnel will set up the NHKO web server and database server. The operating system for the former is Windows Server 2003R2 Enterprise 64-bit. The legacy intranet (NHKO) server is built on a VMWare virtualized Windows Server 2003 Enterprise (32-bit) machine with Intel Xeon x5355 @ 2.66GHz x4 processors, 2GB RAM and 220GB storage. The new NHKO system will be built using physical (non-virtual) Dell PowerEdge rack-mounted servers (yet to be acquired) with the web server using Windows Server 2003R2 (64-bit) and the database server using Windows Server 2003R2 (64-bit) & SQL Server 2005 (64bit). NHARNG personnel will also setup the single sign-on solution with AKO. MOSS will be configured to utilize Active Directory Federation Services (ADFS) to provide authentication and authorization data instead of Active Directory credentials. SiteMinder, a Computer Associates product, uses an ADFS plug-in to allow SiteMinder to act as an authentication mechanism for Microsoft SharePoint portals. This integration requires an ADFS server and installation of the ADFS claims-aware agent on a MOSS 2007 server. SharePoint instances using this service must be running against an ADFS-aware version of Active Directory. Diagrams depicting the authorization sequence are provided in Attachment 4. At the time of this writing, most client workstations/laptops are using the Microsoft XP operating system with Office 2003 installed. However, migration to Microsoft Vista and Office 2007 has already begun, and should be completed shortly after completion of this contract. DELIVERABLES 1. Conduct an on-site kick-off meeting to review the existing SharePoint site, discuss a roadmap for completion of this project, and identify enterprise-level requirements. 2. Meet with the site owners and identify business requirements for the Adjutant General, Adjutant Generals Special Staff, Adjutant Generals Personal Staff, Joint Staff, Army Staff, 197th Fires Brigade (with subordinate elements), 54th Troop Command (with subordinate elements), the Recruiting and Retention Command, Medical Command, and 195th Regiment (see Attachment 3). Sites will include portals for internal personnel and external customers if required. Note: The NH Air National Guard operates a separate Intranet, and is not participating in this project. 3. Document enterprise, individual site, and My Site requirements and recommend taxonomy. 4. Determine, design, and build pages to include: "Cascading Style Sheets (CSS) "Navigation options "Branding "Color schemes "Identify site columns needed "Identify web parts and content "Identify lists and library requirements "Identify customizations, if any "Document site requirements "Identify other web part requirements. Out-of-the-box web parts are included in this agreement; custom web parts are not. 5. Develop a content migration plan to move existing content from current file systems/folders and the SharePoint 2003 Intranet. Actual migration will be executed by NHNG personnel. 6. Coordinate/recommend MOSS configuration settings with Directorate of Information Management (DOIM) personnel. 7. Configure and build search functionality: "Define content stores to crawl (file shares, Exchange public folders, etc.) "Define search scopes - by staff/command site, by content source, etc. 8. Test sites. 9. Execute SharePoint super user training to include: "Creating, viewing, and editing document libraries in SharePoint 2007 "Document management features "Overview and management of default lists and list templates "Using Default and Custom Views "Managing site access permissions "Working with indexing and searching "Performing site maintenance "Managing site usage At least one super user for each distinct site on NHKO will be trained. The NHNG will provide the classroom and the equipment. Class size is not to exceed 18 personnel per class. Deliverables will be the sole property of the NHNG to use as it sees fit without restriction. QUALIFICATIONS The NHNG will only consider vendors who are Microsoft Gold Partners and who can demonstrate strong expertise in Windows SharePoint Services (WSS) and Microsoft Office SharePoint Server (MOSS). The NHNG will not consider any proposals from vendors that cannot provide evidence of direct, relevant experience with these technologies. Vendor submitting quote must perform under this contract and shall not subcontract performance. PROPOSAL FORMAT & SUBMISSION Offerors are to submit an original and either five hard copies or one digital copy (MS Word or PDF) of the following information: 1. Title Page. Include agency's name, address, telephone number, principal contact, fax number, and email address. 2. Cover Letter. Please provide a one page letter signed by an authorized member of the agency stating general qualifications, expertise, and ability to meet the scope of services described in this SOW. 3. Service Agency Qualification and Experience a. Organizational experience related to SharePoint design and development. b. Examples of at least three SharePoint sites produced by the offeror. Include references. c. Award(s) or public recognition(s) the offeror has received for design work, if applicable. d. Documentation from Microsoft certifying the offeror is a Microsoft Gold Partner. e. Resumes (citing any certifications) of individuals on the offerors staff who will be involved in the project. 4. Project Schedule and Milestones a. Detail a work plan in narrative, outline, and/or graphical form describing the offerors approach to designing, managing, and coordinating this project. Include the proposed staffing, deployment and organization of personnel to be assigned to this project. b. Proposed timeline for plan completion, to include meeting times, interim reports/progress reviews. c. Describe the process used to track projects and explain how the offeror will communicate status reports to NHNG staff. 5. Total project cost. PROPOSAL EVALUATION: The provisions at 52.212-2, Evaluation-Commercial Items apply. Evaluation of responses will be based on the following criteria. Ability to perform and past performance, when combined are weighed greater than price. 1. Price. The Government evaluation team will conduct a Price evaluation of each offeror's price proposal to determine whether or not each proposal complies with the stated criteria: 'Reasonableness' and 'Realism'. Reasonableness of an offeror's proposal is evaluated through cost or price analysis techniques as described in FAR Subpart 15.305(a) (1) and (4). For cost (Price) to be reasonable, it must represent a cost (Price) that provides best value to the Government when consideration is given to prices in the market, (market conditions may be evidenced by other competitive proposals ), and the technical and functional capabilities of the offeror. Realism is evaluated by assessing the compatibility of proposed costs with proposal scope and effort. For cost (Price) to be realistic, it must reflect what it would cost the offeror to perform the effort if the offeror operates with reasonable economy and efficiency. Proposals unrealistically high or low in price, when compared to the government estimate, and market conditions evidenced by other competitive proposals received, may be indicative of an inherent lack of understanding of the solicitation requirements and may result in proposal rejection without discussion Go Rating: The proposed price is determined to be reasonable and realistic. No Go Rating: The proposed price is determined to be unreasonable and/or unrealistic. 2. Ability to perform. a. Professional qualifications necessary for successfully performing the work required as stated in this SOW. b. The staffing, backgrounds and experience of the specific individuals to be assigned to this project. c. Project schedule and milestones submitted for completion of work. Top Rating: The offeror has extensive experience and track record in full-cycle implementation and integration of MS SharePoint solutions. The offeror has executed similar projects for other DoD or federal agencies, or agencies of similar size. The offeror has other industry awards/certifications pertinent to this project in addition to the Microsoft Gold Partner requirement. Staffing to be dedicated for the project is deemed sufficient to execute the terms of this SOW. Staffing possess advanced knowledge of business workflows and has an in-depth understanding of the capabilities of Microsoft Office SharePoint Server 2007, Windows SharePoint Services 3.0, and SharePoint Designer 2007. Designated staff has at least three to six years of working experience on SharePoint applications. Staff members possess Microsoft Certified Technology Specialist (MCTS) for SharePoint Server 2007 and Windows SharePoint Services 3.0 credentials. Staff members possess Microsoft Certified Master: SharePoint Server 2007 or Microsoft Certified Application Professional (MCAP) credentials. Staff posses experience with Microsoft SQL Server, Microsoft Visual Basic, Microsoft C#,.NET framework, and asp.net. Staff has experience in developing custom web parts and integrating enterprise content with SharePoint. The offerors submittal demonstrates a thorough understanding of the requirements and has salient features that offer significant advantage to the Government. Adequate time has been allocated to research requirements and solicit feedback from NHNG business units. Acceptable Rating: The proposal exceeds the standards of 'Poor Rating' defined below, but does not fully meet the criteria defined above for 'Top Rating'. Poor Rating: The offeror has not been able to document significant experience implementing SharePoint from design through development, deployment, testing, and training. The offeror has not been able to document any significant experience working on projects of similar scope, or for DoD, federal, or other government agencies. Neither the offeror nor designated staff has certifications that would indicate industry-accepted recognition of qualification to perform the work designated in this SOW. Proposed staffing/manpower are deemed inadequate to execute the terms of this SOW. The submittal does not indicate an understanding of project requirements. The submittal does not demonstrate a sound approach to project management, and in particular, does not adequately address requirements analysis or feedback from business units. The proposal mimics the SOW language rather than expressing offerors approach or understanding of the RFP. 3. Past Performance. a. References. b. Evaluation of submitted SharePoint portfolios. Top Rating: References indicate past performance met contract requirements and exceeded many to the Government's benefit. Problems, if any, were negligible and were resolved in a timely and highly effective manner. Performance was generally current and relevant to this project. References indicate an excellent probability of success with an overall low degree of risk in meeting the government's requirements. Submitted portfolios indicate excellent: "Use of collaboration tools "Use of alerts/notifications "Integration with MS Office applications "User interface and navigation "Approach to enterprise content management "Visual appeal Acceptable Rating: References indicate past performance met most contract requirements. Quality was good to adequate. Minor problems may have been identified however; the contractor took satisfactory corrective action to resolve them where appropriate. There is a fair to good probability of success with an average degree of risk in meeting the government's requirements. Submitted portfolios exceed the standards of 'Poor Rating' defined below, but do not fully meet the criteria defined above for 'Top Rating'. Poor Rating: References indicate past performance did not meet some contractual requirements. There were problems, some of a somewhat serious to serious nature. The contractor's corrective action was sometimes marginally effective to ineffective. The probability of success is questionable with an unacceptably high degree of risk in meeting the governments requirements. Submitted portfolios are overly simplistic, do not leverage SharePoints capabilities, and exhibit solutions that are little more than an extension of shared drives with a web-based front end. Site features do not appear to facilitate efficient collaboration with team members, finding organizational resources, location of corporate information, or management of content and workflow. There is no evidence of customization to meet specific customer needs. Submitted sites are unnecessarily complex or difficult to navigate. Submitted portfolios are visually unappealing. CONTRACT AWARD Contract award will be made without discussion. The provisions and clauses listed below are applicable to this solicitation. FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev), FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3 Convict Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain EquipmentRequirements; FAR 52.223-15 Energy Efficiency in Energy-Consuming Products; FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Government Buildings, Equipment, And Vegetation; FAR 52.247-34 F.o.b. Destination, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.201-7000 Contracting Officers Representative; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dev), DFARS 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.232-7003 ADDENDUM: In accordance with DFARS 252.232-7003 (c), this DOD agency is unable to receive a payment request in electronic form; the Contractor shall submit the payment request to the address shown in Block 18a of the Standard Form 1449 or Block 18a of the SF 1449. FAR 52.222-42: Wage Determination No.: 2005-2339, Revision No.: 8 - This wage determination applies to the entire state of NEW HAMPSHIRE Excluding the cities and towns in ROCKINGHAM county listed below: ROCKINGHAM County: Atkinson, Brentwood, Danville, Derry, East Kingston, Hampstead, Kingston, Newton, Plaistow, Salem, Sandown, Seabrook, and Windham 14000 - Information Technology Occupations 14041 - Computer Operator I 14042 - Computer Operator II 14043 - Computer Operator III 14044 - Computer Operator IV 14045 - Computer Operator V 14071 - Computer Programmer I (1) 14072 - Computer Programmer II (1) 14073 - Computer Programmer III (1) 14074 - Computer Programmer IV (1) 14101 - Computer Systems Analyst I (1) 14102 - Computer Systems Analyst II (1) 14103 - Computer Systems Analyst III (1) 14150 - Peripheral Equipment Operator 14160 - Personal Computer Support Technician All Offer Representations and Certifications (Reps and Certs) should be provided in written format and provided with the proposal or accessible by this office in the ORCA database at https://orca.bpn.gov/. All offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in CCR and Reps and Certs will make an offeror ineligible for award. Contact CCR at 1-888-352-9333 or visit ccr.gov. Information concerning FAR clauses can be obtained at http://farsite.hill.af.mil or http://www.arnet.gov/far. Delivery requirement: FOB Destination at New Hampshire Army National Guard, 1 Minuteman Way, Concord, NH 03301-5652. Offers submitted on a basis other than FOB Destination will be rejected as non-responsive (FAR Part 47.305-4(b)). Quotes are due: not later than 8:00 AM EST on Friday, 29 May 2009 via e-mail to joan.parent@us.army.mil or by fax to 603-225-1362. Late submissions will not be considered. Questions/comments regarding this RFQ should be sent via e-mail to joan.parent@us.army.mil, telephonic inquires will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=216c6b86eafc947c70b4331b32a8218e&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for New Hampshire 1 Minutemen Way Concord NH<br />
Zip Code: 03301-5652<br />
 
Record
SN01806445-W 20090502/090430223732-216c6b86eafc947c70b4331b32a8218e (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.