Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

D -- ONLINE BOLUNTEER MANAGEMENT AND RECRUITMENT CENTER - STATEMENT OF WORK

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
 
ZIP Code
20525
 
Solicitation Number
CNSHQ-10-R-0043
 
Archive Date
9/16/2010
 
Point of Contact
Cynthia Vass-Frye, Phone: 2026066988
 
E-Mail Address
cvassfrye@cns.gov
(cvassfrye@cns.gov)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK DATED 8-18-2010 ONLINE VOLUNTEER MANAGEMENT AND RECRUITMENT SYSTEM Request for Proposal CNSHQ-10-R-0043 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; proposals are being requested and a written solicitation will not be issued. This solicitation is a request for proposal (RFP), reference number CNSHQ-10-T-0043. The RFP document and incorporated provisions and clauses are those in effect through FAC 2005-43 (dated August 2, 2010). This solicitation is synopsized as competitive. NAICS code 519190 applies. The Corporation for National and Community Service, 1201 New York Ave, Washington DC, intends to award a firm fixed price contract based on the following. Online Volunteer Management and Recruitment System The above named requirement shall be awarded as a Firm Fixed Price (FFP) contract and will be utilized to maintain the Corporation for National and Community Service (CNCS) "Online Volunteer Recruitment and Management System". This award shall be made via the Lowest Cost Technically Acceptable (LCTA). All authorized other direct costs (ODCs) and travel shall be incorporated within each call order. Only the contracting officer shall approve/disapprove ODCs and travel expenses. A ny Contractor travel required in the performance of this contract must comply with the Federal Travel Regulation or Joint Travel Regulations, as applicable, in effect on the date(s) the travel is performed. Established Federal Government per diem rates will apply to all Contractor travel. PERIOD OF PERFORMANCE The period of performance for this contract shall commence upon contract award no-later-than September 30, 2010 for one year with four one year options not-to-exceed September 29, 2015. Security and Privacy As a federal agency, the Corporation for National and Community Service (CNCS) is subject to and complies with the security requirements of the Federal Information Security and Management Act (FISMA). The Contractor shall ensure that services and products provided under a contract resulting from this solicitation shall comply with the Corporation's information security program and privacy program policies, and Contractor Security Requirements available at: http://www.nationalservice.gov/pdf/infosec contract clauses.pdf. INSTRUCTIONS, CONDITIONS, AND NOTICES CONTENT AND FORMAT OF SUBMISSION (1) A proposal submitted in response to this solicitation must be submitted electronically and be comprised of the following Sections: Section A: Corporate Overview •1. Company's Professional History in relation to Statement of Work •2. Company's Facilities and Staff in relation to Statement of Work Section B: Company's Technical Qualifications (All below items must be in relation to Statement of Work) •1. Company's Technical Approach in providing services as prescribed within the Statement of Work. •2. Company's Overall Technical Capabilities •3. Extended Client Relationship Management - Responsible for overseeing the ongoing support of the Senior Corps-Contractor relationship and helping to improve the Senior Corps experience while aiming to increase efficiency and minimize costs. •4. Customized Web Options - With regard to volunteer opportunities, tracking, reporting, notification alerts, enhanced tools for volunteer recruitment and management. •5. Knowledge of Senior Corps Programs - Information about Senior Corps and its programs may be found at www.seniorcorps.gov. •6. Customized Help Desk - Provide access to support via phone and email to Senior Corps Grantees and individual Senior Corps volunteers. •7. Ability to host fully developed current system rather than build a new one - Includes maintaining branded presentation of Senior Corps Aggregated Data and a subset of Contractor's Aggregated Data (55+ opportunities in the network) within a designated CNCS website; maintain tracking and reporting formats to grantees; maintain volunteer individual accounts and account histories. •8. Web system supports grantee-volunteer interface. •9. Ability to interface with CNCS web systems without interruption of current volunteer recruitment and management services, does not require modification of CNCS web systems or websites and complies with federal and CNCS security requirements. •10. Training Curriculums tailored to Senior Corps grantee needs - Focus on training on older adult volunteer recruitment strategies and best practices •11. Demonstrate FISMA Compliance - Demonstrated use of common security configurations available from the National Institute of Standards and Technology to develop and maintain the information system and demonstrate the implementation of or ability to implement the requirements in the Federal Acquisition Regulation (FAR) clause 52.224-1, "Privacy Act Notification" and FAR clause 52.224-2, "Privacy Act." •12. Key Personnel - Technical lead staff sufficiently dedicated to the project as needed to fulfill technical requirements (Bachelor's Degree); and a Project Manager to oversee, coordinate, and ensure the completion of tasks (Bachelor's Degree) Section 3: Past Performance/References A minimum of three Past Performance/References shall be submitted similar in scope, size, and dollar value of this RFP. Past Performance/References must be submitted for current work being performed or work that has been done within the past two years. Past Performance/References may be from government or private industry clients. At a minimum the following shall be provided for Past Performance/References: A. Program office / technical point of contact B. Telephone number C. Duration of contract D. Targeted Demographic E. Contract Dollar Value/Project Cost Section 4. Pricing Proposal shall be submitted in the accordance with the following format: Line Unit of Unit Total Item Description Quantity Issue Price Price 0001 Search Appliance 12 Month $____ $____ 0002 Volunteer Recruitment Solution For Grantees 12 Month $____ $____ 0003 Volunteer Matching Solution For Volunteers 12 Month $____ $____ 0004 Project Manager 12 Month $____ $____ 0005 Data Administration and Maintenance 12 Month $____ $____ 0006 Online Training, Support & Help Desk 12 Month $____ $____ 0007 Training & Webinars 4 Each $____ $____ 0008 Develop Training for CNCS National Conference or Designated Equilvalent 1 Lot $____ $____ 0009 Travel & Other Direct Cost 2 Lot Cost Reimbursable **Offers that are received without addressing the Section information as prescribed above will be deemed non-responsive and will not receive consideration for award. ELECTRONIC SUBMISSIONS (1) Offers Must Be Submitted Electronically U.S. Postal Service, Over Night Carrier or Fax submissions shall not be an acceptable form of submittal. All sections shall be sent via one email. Place the RFP number within the subject line of your submittal. Electronically submitted proposals shall be sent to the following email address: cvassfrye@cns.gov Cynthia Vass-Frye, Contract Officer **It is the contractor's/offerors responsibility to ensure that electronically submitted proposals are received by the Government by the due date. The due date for the receipt of proposals is Wednesday, September 1, 2010 at 11:00 am Eastern Standard Time. ** (2) Any data previously submitted in response to another solicitation or sources sought notice will be assumed unavailable to the Contracting Officer; and this data must not be incorporated into the technical offer by reference. (3) Clarity and completeness of the offer are of the utmost importance. The offer must be written in a practical, clear and concise manner. It must use quantitative terms whenever possible and must avoid qualitative adjectives to the maximum extent possible. (4) Offers must be legible, double spaced (personnel resumes may be single spaced), typewritten (on one side only), in a type size not smaller than 10 point pitch with a one-inch margin on all sides, on paper not larger than eight and a half by eleven inches and not exceeding the page limits established in this solicitation. Pages in excess of the individual limitations shall not be read, and the offer shall be evaluated as if the excess pages did not exist. PAGE RESTRICTIONS Here are the following page restrictions by sections: Section 1- Corporate Overview shall not exceed 3 pages Section 2- Company's Technical Qualifications shall not exceed 7 pages Section 3- Past Performance/References shall not exceed 5 pages Section 4- Pricing Proposal shall not exceed 3 pages Items not included within the page restriction count are as follows: Cover pages, Table of Contents, Resumes, Charts, Graphs, glossary of terms, exhibits, drawings, sample formats and items of an illustrative nature. SERVICE OF PROTEST (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Roderick Gaither Corporation for National & Community Service 1201 New York Ave NW (8 th Floor) Washington, DC 20525 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. QUESTIONS PERTAINING TO SOLICITATION (1) All questions shall be addressed to the Contract Specialist at the following email address: Cynthia Vass-Frye, Contracting Officer at cvassfrye@cns.gov Please send all questions via email. Questions will not be taken or answered over the phone or by fax. Please include the Request for Proposal (RFP) Number in the subject line. Once questions are compiled they will be answered by an issued amendment to the solicitation. •(2) Questions will be permitted from August 18, 2010 through August 23, 2010. Questions submitted after August 23, 2010 11:00am Eastern Time shall not be answered. OTHER SUBMITTAL ITEMS THAT MUST ACCOMPANY PROPOSAL Offeror shall complete Proposal Cover page at Attachment 2 in its entirety, submit Current ORCA Record or FAR 52.212-3 (Offeror Representations and Certifications -Commercial Items in its entirety, and submit with proposal. **O fferors that submit proposals without the proposal cover page, ORCA/FAR 52.212-3 will be deemed non-responsive and will not receive consideration for award. The request for quote document and incorporated Federal Acquisition Regulation provisions and clauses are as follows: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications- Commerical Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal and past performance may render an offeror ineligible for award. 52.212-3, Offeror Representation 52.204-6, Data Universal Numbering System (DUNS) Number; 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; Requirements, apply to this acquisition. OFFERORS MUST SUBMIT A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH ITS OFFER. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.217-8, Option to Extend Services; 52.217-9. Option to Extend the Term of the Contract 52.232-17, Interest 52.222-3 52.222-19 52.222-21 52.222-26 52.227-14 52.232-19 52.232-33 52.232.35 52.239-1 52.222-53 52.252-2, Clauses Incorporated by Reference. 52.227-14, Rights in Data - General COST REIMBURSABLE FAR CLAUSES (BY REFERENCE) 52.202-1 DEFINITIONS 52.203-03 GRATUITIES (APR 1984) 52.203-05 COVENANT AGAINST CONTINGENT FEES APR 1984) 52.203-06 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) 52.203-07 ANTI-KICKBACK PROCEDURES (JUL 1995) 52.203-08 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997) 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997) 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2007) 52.204-02 SECURITY REQUIREMENTS (DEVIATION) (MAY 2002) 52.204-04 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000) 52.204-07 CENTRAL CONTRACTOR REGISTRATION (JUL 2006) 52.209-06 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (SEP 2006) 52.223-14 TOXIC CHEMICAL RELEASE REPORTING (AUG 2003) 52.224-01 PRIVACY ACT NOTIFICATION (APR 1984) 52.224-02 PRIVACY ACT (APR 1984) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2006) 52.233-01 DISPUTES (JUL 2002) - ALTERNATE I (DEC 1991) 52.233-03 PROTEST AFTER AWARD (AUG 1996) - ALTERNATE I (JUN 1985) 52.242-01 NOTICE OF INTENT TO DISALLOW COSTS (APR 1984) 52.242-13 BANKRUPTCY (JUL 1995) 52.243-02 CHANGES -- COST-REIMBURSEMENT (AUG 1987) - ALTERNATE II (APR 1984) 52.246-25 LIMITATION OF LIABILITY -- SERVICES (FEB 1997) 52.249-06 TERMINATION (COST-REIMBURSEMENT) (MAY 2004) 52.249-14 EXCUSABLE DELAYS (APR 1984) Additional -- Payment shall be made in accordance with FAR 13.301 and FAR 32.1102 as required by the Prompt Payment Act. In order to be eligible for award, a contractor must be determined to be responsible in accordance with FAR 9.104. [END OF SOLICITATION]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ-10-R-0043/listing.html)
 
Place of Performance
Address: Corporation for National and Community Service, 1201 New York Ave NW, Wasington, District of Columbia, 20525, United States
Zip Code: 20525
 
Record
SN02244826-W 20100820/100818234907-5818d92823c833c0cda44b56dd5a77d5 (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.