Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
MODIFICATION

70 -- Cost Management Software - Amendment 1

Notice Date
9/9/2011
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-11-Q-00387
 
Archive Date
9/27/2011
 
Point of Contact
GARY HICKEY, Phone: 202-358-7739, YIFAN YANG, Phone: 202-358-7745
 
E-Mail Address
GARY.HICKEY@DHS.GOV, YIFAN.YANG@DHS.GOV
(GARY.HICKEY@DHS.GOV, YIFAN.YANG@DHS.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment C - Questions and Answers Amendment 1 SF 30 The Department of Homeland Security (DHS), Office of the Chief Informational Officer (OCIO), Infrastructure Services Planning and Control Division (ISPC) require the services of a vendor to assist DHS/OCIO/ISPC in fulfilling the cost and performance needs of the organization. The vendor is to provide 10 cost management software licenses, end user training for 10 users, and Monday - Friday on call technical support. The software must provide ISPC with cost, assessment of value, and "what if" analytics for all vendors supporting ITSO/ISPC. (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) The solicitation number for this requirement is HSHQDC-11-Q-00387 and is being issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (iv) This procurement is set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 511210, Software Publishers, 25 Million size standard. The Department of Homeland Security, Office of Procurement Operations intends to award a fixed price purchase order. (v) The contract line item numbers (CLIN) for this requirement is as follows: CLIN 0001 Cost management Software for 10 users, annual maintenance, and on call Technical Support Monday - Friday from 8 am-5 pm ET. September 30, 2011 - September 29, 2012. CLIN 0001 is firm-fixed price CLIN 0002 On site Cost management Software Training for 10 People. Date of training will be established after award. Training will be done in the Washington D.C. area. The Government will furnish the classroom. September 30, 2011 - September 29, 2012. CLIN 0002 is firm-fixed price CLIN 1001 Option Period 1 - Cost management Software annual maintenance (10 users) and on call Technical Support Monday - Friday from 8 am-5 pm eastern time. September 30, 2012 - September 29, 2013. CLIN 1001 is firm-fixed price. CLIN 2001 Option Period 2 - Cost management Software annual maintenance (10 users) and on call Technical Support Monday - Friday from 8 am-5 pm eastern time. September 30, 2013 - September 29, 2014. CLIN 2001 is firm-fixed price (vi) Description of requirements for the items to be acquired. ITSO has recently signaled its support of the ISPC performance management function through its approval of the creation of a performance management capability through the development of cost and performance software. As a matter of Office priority, ISPC will ensure that the software addresses the Office's most critical performance management needs, starting with the ITSO Front Office and its Enterprise Services Division. Specifically, the software will provide data compilation and presentation capabilities that would enable the automation and validation of OneNet performance reporting. Thus, ISPC requires the services of a vendor to assist DHS/OCIO/ITSO/ISPC in fulfilling the cost and performance needs of the organization. The vendor is to provide cost management software licenses for up to 10 users, annual software maintenance, on site end user training for up to 10 users, and on call technical support (Monday - Friday from 8 am-5 pm eastern time. See Attachment A -Statement of Work/Clauses. (vii) Date(s) and place(s) of delivery and acceptance. See Attachment A -Statement of Work/Clauses. (viii) FAR 52.212-1 Instructions to Offerors - Commercial Items (June 2008) is incorporated into this solicitation. Offerors may obtain the full text version of this provision electronically at http://www.arnet.gov/far. The solicitation will be evaluated using the following factors. Offerors must submit the following information as part of their technical proposals: Volume 1: Technical Proposal Factor 1 - Technical Approach: Technical Approach - Offeror will be evaluated based upon the demonstrated ability to effectively and efficiently provide software and technical support for the software capabilities identified in the Statement of Work. The quoters may submit a software demo (either by compact disk (CD) or web based access) of the software along with their technical proposal. Demos submitted by CD will not be returned. The Government does not plan to allow quoters to provide demonstrations. Factor 2 - Training Plan: The evaluation will determine if the training plan provided by the offeror demonstrates a clear understanding of the software, its capability and their ability to fully train the Federal staff charged with operating the software. The offeror will be evaluated based upon the extent to which successful performance is contingent upon proven training methods and techniques, and the extent to which the offeror's methods and approach to the contract are expected to result in successful completion of the proposed tasks and requirements. Factor 3 - Past Performance: The Government will evaluate the information submitted for active or complete "relevant/recent" contracts/task orders and subcontracts (including Federal, State, local government and commercial) directly related to the tasks to which the Offeror is proposing. Recent is defined as within the last three (3) years from the release date of the RFQ. Relevant is defined as work similar in complexity and magnitude to the scope of work identified in the SOW. This evaluation will focus on the size, scope and complexity of the efforts, and the degree of relevance to the proposed tasks. If applicable, the evaluation will also address the extent to which the quote includes subcontracting arrangements duly executed by the parties of the Offeror's team. The Offeror shall identify three (3) contracts/task orders that demonstrate recent and relevant past performance and must include the following information: • Project Title • Project or Contract/Order Number • Project Period of Performance (i.e., start and end dates) • Name of federal, state, or local agency or name of private entity for which the project was performed • Name of Customer Organization and Point of Contact (name, title, address, telephone number, and email address) • Description of Project, including estimated dollar value and duration of project • Brief narrative of why your firm believes this reference is relevant to the proposed requirement • Key Personnel involved if the individuals are proposed to support this requirement The past performance evaluation will examine the extent to which the Offeror's past performance demonstrates their capability and capacity to deliver high quality service and solutions for the tasks within the SOW. In conducting the past performance assessment, the Government may use data obtained from other sources as well as that which is provided in the proposal. Quoters' shall forward the Past Performance Questionnaire, Attachment B, to the Quoters' references. The references shall then forward their completed questionnaires to the Contracting Officer. Questionnaires shall not be delivered back to the Quoter. The questionnaires shall be delivered via email directly from the Quoter's references to Yifan.yang@dhs.gov or by FAX 202-358-7810. Lack of relevant past performance may result in assignment of a neutral past performance rating indicating neither a favorable nor unfavorable evaluation ranking. Volume 2: Business Proposal Offerors shall submit the following: - Firm-fixed prices for all CLINs - Verification of CCR registration (go to http://www.ccr.gov for more information) - Verification of ORCA registration (go to https://orca.bpn.gov/ for more information) Technical Proposals shall not exceed 10 pages. Offerors' shall not include any price information in the Volume 1 submission. Offerors' may included a software demo with their quote or provided access information for a web based demo. There are no page limits to Volume 2, Price Quote. The Price Quote must contain the Representations and Certifications identified in Attachment A of this RFQ. (ix) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) The Government will award a purchase order to the responsible offeror whose offer conforming to the solicitation requirements will be most advantageous to the Government, price and other factors considered. The following factors as outlined in Volume 1 (Technical Proposal) shall be used to evaluate offers: Technical Approach Training Plan Past Performance (a) The technical factors are listed in descending order of importance. Technical Approach is more important than Training Plan which is more important than Past Performance. When combined, the technical factors are significantly more important than price; however as proposals become more technically equal, price could become a determining factor. (b) Price Evaluation. For price evaluation purposes the base period and option period totals will be added together to arrive at a total evaluated price. (c) Written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless written notice of withdrawal is received before award. (End of Provision) (x) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (May 2011) is to be submitted with your offers. If the offeror has completed the annual representations and certifications electronically at the http://orca/bpn.gov website, the offeror shall complete and submit only paragraph (j) of 52.212-3. The offeror must have a current profile in the Online Representations and Certifications (http://orca/bpn.gov) prior to award. Per 52.204-7, Central Contractor Registration, the offeror must be registered in Central Contractor Registration (www.ccr.gov) before award. (xi) Including the Clauses incorporated by full text in Attachment A, the following FAR and Homeland Security Acquisition Regulation (HSAR) clauses and provisions are incorporated by reference and applicable unless otherwise noted. These provisions and clauses may be accessed via the World Wide Web at: www.acquisition.gov/far and www.dhs.gov. FAR 52.212-4 Contract Terms and Conditions - Commercial Items. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items; The following clauses in 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161), 52.212-5 are applicable: 52.219-6 Notice of Total Small Business Set-Aside, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in persons, 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements. (xiii) Additional contract requirements or terms and conditions for this solicitation. FAR 52.217-9 - Option to Extend the Term of the Contract (Mar 2000) 52.224-2 - Privacy Act (April 1984) 52.227-14 - Rights in Data-General (Alt IV) (December 2007) (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable for this solicitation. There are no numbered notes for this solicitation. (xv) Questions regarding this RFQ must be submitted in writing no later than 3:00 PM Eastern Standard Time Thursday, September 8, 2011 to the Contracting Officer, Mr. Gary Hickey, at Gary.Hickey@dhs.gov and Mr. Yifan Yang at Yifan.yang@dhs.gov. Each Quoter is requested to submit an electronic copy of your firm's quote. The quote shall be submitted no later than 3:00 PM Eastern Standard Time Monday, September 12, 2011 to Mr. Gary Hickey, at Gary.Hickey@dhs.gov. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-11-Q-00387/listing.html)
 
Place of Performance
Address: 301 7th Street SW, Washington, District of Columbia, 20410, United States
Zip Code: 20410
 
Record
SN02570276-W 20110911/110910000725-3a863344cf989719891d3ee1a6a730dc (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.