Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOLICITATION NOTICE

70 -- Information Technology Service Management technology - Specifications

Notice Date
6/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB182000-9-03700
 
Archive Date
7/8/2009
 
Point of Contact
Jo-Lynn M Davis, Phone: 301-975-6337
 
E-Mail Address
jo-lynn.davis@nist.gov
(jo-lynn.davis@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Specifications - 7 sheets THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR), Federal Acquisition Circular 2005-32. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $25m. This acquisition is unrestricted and all interested offerors may submit a quote. The National Institute of Standards and Technology (NIST) has a requirement to replace the existing IT Service Management technology (Remedy v.5.x) to better leverage the ITIL/IT Service Management framework for all IT support organizations at the NIST. The goal of this initiative includes: increased commonality of service management tools and processes across organizations to provide a more seamless support experience for customers when service requests are passed from one receiving organization to a different servicing organization; support providers to benefit from having an easier method to route detailed requests to other servicing organizations, when appropriate; one tracking tool to maintain/support; accessibility for all users; reduction in total cost of IT support services through the NIST-wide use of IT service management best practices. There are currently 50 concurrent tier 1 and tier 2 support analysts with a call volume of approximately 5,000 calls per month. All responsible quoters shall provide a quotation for the following line items: LINE ITEM 0001: Software Tool - 50 concurrent (or the equivalent thereof) licenses must be provided. Software tool to establish one authoritative repository for data associated with day-to-day support and maintenance activities to facilitate the effective management of information technology services across the NIST. This solution must allow NIST to leverage the service management framework for all IT support organizations and improve end-user experience. This requirement is for software licensing, support, installation, and training. Attachment I entitled “Specifications” details all software functionality categories and associated specifications. The software functionality categories which shall be evaluated are: service catalog; incident management process; problem management process; change management process; configuration management process; security; and other criteria. Specifications associated with software functionality categories have been identified as “mandatory”, “highly desirable” or “desirable”. Quoters must meet all mandatory requirements. The Government prefers an existing commercial item, which is currently available in the marketplace. Delivery terms shall be FOB Destination. All software must be fully compliant with Section 508. LINE ITEM 0002: INSTALLATION LINE ITEM 0003: TRAINING – Training for 250 people to cover general and custom functionality of the software must be conducted within a three week period after award (after receipt of order). Training must be conducted at the NIST Boulder, CO and Gaithersburg, MD sites. It is anticipated that the training for Boulder, CO can be accomplished in one day. EVALUATION CRITERIA AND BASIS FOR AWARD: Award will be made to the Contractor whose quotation offers the best value to the Government, price and non-price factors considered. The Government will perform a GO/NO GO evaluation upon receipt of the written quotation in regard to Section 508 compliance and the mandatory technical requirements. Those quotations determined to be acceptable will then be evaluated using the best value trade-off process. The quotations will then be ranked, and those quoters determined to be highly acceptable may be required to demonstrate the capability of the software at the NIST through sample scenarios that will be provided to each of those quoters. This process will be used to validate responses to the questions, and to give each quoter an opportunity to demonstrate the functionality of the software. The Government will then evaluate the results of this data and information, in conjunction with the original written quotation, to determine the quotation that provides the overall best value. GO/NO GO CRITERIA 1. To be considered for award the software tool and services must be Section 508 compliant. Therefore, quoters must indicate that their software tool/services are: a) compliant; b) not compliant and not expected to be made compliant; c) not compliant but will be made in time to comply with the required delivery; ; or d) partially compliant but not expected to be made fully compliant. Quoters must propose a software tool that meets the applicable provisions of the following Access Boards standard: 1194.22 Web-based intranet and Internet information and applications 2. Quoters must be able to provide a software solution that meets all of the mandatory criteria 3. If none of the quotations represent a solution that fully meets all of the mandatory criteria, those quoters whose software tool meets more/most of the mandatory criteria may be considered eligible for award. BEST VALUE TRADE-OFF PROCESS The Government intends on making one award resulting from this solicitation to the responsible quoter whose quotation, which conforms to this solicitation, results in the best value to the Government, price and other factors considered. The following criteria shall be used to evaluate quotations: Technical Capability, Past Performance, and Price. Technical Capability and Past Performance, when combined, are approximately equal in importance to price. In determining best value, Technical Capability shall be more important than Past Performance. Technical Capability shall be based on the documentation provided in the quotation. Documentation submitted in the quotation will be evaluated to determine if the proposed software tool meets the highly desirable and desirable features. All software functionality categories shall be evaluated. Software licensing, support, installation, and training shall be be evaluated to determine that the quoter can meet all of these requirements. If required, data resulting from sample scenarios shall be evaluated in conjunction with the original written quotation, to further validate the quoter’s responses to questions in Attachment I. Past Performance – Past Performance will be evaluated to determine the overall quality of the product and service provided by the Contractor. Evaluation of Past Performance will be based on the references provided (by the quoter) in the quotation and/or information provided by NIST and its affiliates. REQUIRED SUBMISSIONS: All quoters shall submit the following: 1) For the purpose of technical evaluation, quoters shall submit an ORIGINAL (marked as such) and three copies of the technical quotation – The quote must address each of the software functionality categories. Attachment I includes all software functionality categories and associated specifications. Quoters must submit a “yes” or “no” answer for each and every reference question on Attachment I regarding each quoter’s proposed solution. A “yes” means the quoter can meet the specification; A “no” means a quoter cannot meet that specification. Quoters must use the forms and format provided. If a question is not answered the Government will assume that the answer is “no”. Quotations must include the quoters company name and software tool quoted (including version number). This volume shall also include the Section 508 information pertaining to the proposed solution, a description and software tool literature which clearly details the manufacturer, make and part number of the proposed software tool. All services proposed (licensing, installation, and training) must be described in this volume. This volume may also include a description of commercial warranty/other commercial information applicable to the solution, other relevant information such as estimated delivery date ARO, additional features, etc. There must be NO reference to price in the technical quotation. 2) An ORIGINAL (marked as such) and three copies of a price quotation which addresses all the requirements. A copy of the most recent (relevant portions) of published price list(s); and a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov. 3) For the purpose of the Past Performance evaluation, the quoter must submit an ORIGINAL (marked as such) and three copies of at least three (3) past performance references for the proposed software tool. The references shall include, at a minimum: the name and address of the company or organization; a reference contact person(s) email address and telephone number; the dollar amount of the contract; the address, telephone number, email address of the Contracting Officer, if applicable; and the date of delivery or the date services were provided. 4) The Government reserves the right to require quoters to demonstrate the capability of the software on-site at the NIST using sample scenarios that will be provided to quoters by NIST. Each quoter will be scheduled to present the software package they have proposed at the NIST Gaithersburg, MD site. This demonstration is at the expense of the quoter. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items.The following clauses apply to this acquisition: 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 including subparagraphs: (1) 5.203-6 Restrictions on Subcontractor Sales to the Government; (8) Utilization of Small Business Concerns; (16) 52.219-28 Post Award Small Business program Rerepresentation; (17) 52.222-3 Convict Labor; (18) 52.222-19 Child Labor – Cooperation with Authorities and Remedies; (19) 52.222-21, Prohibition of Segregated Facilities; (20) 52.222-26, Equal Opportunity; (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.SC. 4212); (22) 52.222-36, Affirmative Action for Workers with Disabilities; (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (and (30) 52.232-33, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration.*** Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quotations should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Jo-Lynn Davis, Building 301, Room B125, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Quoters shall ensure the RFQ number is visible on the outermost packaging.***Submission shall be received by 3:00 p.m. local time on July 10, 2009.***FAXED QUOTES WILL NOT BE ACCEPTED. Because of heightened security, FED-EX, UPS, or other delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made through Gate A, and a 2 business day prior notice shall be provided to Jo-Lynn Davis on 301-975-6337, or via email at Jo-Lynn.Davis@nist.gov. The information must include name of person(s) delivering the package, and citizenship of the person(s). Persons who request entrance must present valid identification. NIST is not responsible for late delivery due to the added security measures. If you do not comply with these requirements you assume the risk of not being able to deliver the quote on time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB182000-9-03700/listing.html)
 
Place of Performance
Address: NIST, Gaithersburg, MD and Boulder, CO, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01838525-W 20090610/090608234727-8c383e8ee0ce32d99d01c34ef3a7de08 (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.