Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOLICITATION NOTICE

D -- Installation and Maintenance of Moodle Software License - RFQ S5105A-12-T-0010

Notice Date
3/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Contract Management Agency, Defense Contract Management Agency, DCMA AQ, 6350 Walker Lane, Suite 200, Alexandria, Virginia, 22310-3226, United States
 
ZIP Code
22310-3226
 
Solicitation Number
S5105A-12-T-0010
 
Point of Contact
Maria S. P. Gerardo, Phone: 804-734-0424
 
E-Mail Address
Sue.Gerardo@dcma.mil
(Sue.Gerardo@dcma.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Quote is attached. It includes the instructions to Offerors. Interested Offerors must follow the instruction. REQUEST FOR QUOTE Instructions to Offerors (The RFQ Instruction to Offerors is included in the attached RFQ S5105A-12-T-0010): 1. The Defense Contract Management Agency (DCMA) is issuing this competitive RFQ to solicit vendors for the purpose of entering into a purchase order contract in support of "Connect-to-Moodle" software license, training, installation and maintenance. 2. Questions concerning this requirement must be submitted via e-mail to Sue Gerardo at sue.gerardo@dcma.mil no later than COB 9 March 2012 (EST ). Questions will not be accepted after this cutoff date/time. Telephone inquiries will not be accepted. Questions concerning this RFQ received prior to the above cutoff date/time will be answered via an amendment to the RFQ and will be posted on or about 12 March 2012. 3. RFQ Closing Date. Proposals submitted in r esponse to this RFQ shall be via email on or before 5:00 PM Eastern Time, 21 March 2012. No late proposals will be considered. Email address: sue.gerardo@dcma.mil. 4. The point of contact for this requirement is Sue Gerardo at sue.gerardo@dcma.mil. 5. Type of Contract: The Government contemplates award of Firm Fixed Price Type Purchase Order 6. Schedule of Supplies and Services. a. The Contractor shall furnish all personnel, material, supplies, training, and equipment necessary to perform services outlined in the above Contract Line Item Numbers (CLINs). b. Options. All CLINs that are preceded with the word "OPTION" are optional. The offeror must submit pricing for all CLINs. The contractor shall not proceed with any effort associated with the performance of these CLINs unless and until the options are exercised by the Contracting Officer. The exercise of options shall be at the discretion of the Government. 7. Quote Submission Requirements In order to be eligible for award, quotes submitted must provide all information specified herein. Quotes that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. The quote shall consist of the following parts: PART I Administrative Data PART II Technical Qualification Information - Page limitation: 15 pages PART III Past Performance PART IV Price Quote PART I - Administrative Data a. Transmittal letter. The transmittal letter to the offeror's quote should describe in a brief narrative form any unusual features that the offeror wishes identified before Government evaluation is initiated. Include a statement regarding acceptability of proposed contract schedule, clauses and general provisions, any recommendations, and any exceptions taken. In the event the offeror takes any exceptions to, or sets any conditions for its quote under the subject solicitation, such exceptions or conditions shall be set forth in the transmittal letter. b. Provide a copy of any subcontract, teaming, or consultant agreements or letter of intent containing a description of and the extent of their role in the requirement, and a statement of commitment on their part to satisfy the requirements of this solicitation. c. The letter may also contain a description of any quality awards or certifications that indicate the offeror possesses a high-quality process for performing the required services. Identify what segment of the company (one division or the entire company) that received the award or certification. Describe when the award or certification was bestowed. If the award or certification is over three years old, present evidence that the past qualifications still apply. d. Provide the following information: •A. Tax identification number (TIN) •B. Dun & Bradstreet Number (DUNS) •C. Complete Business Mailing Address •D. Cage Code/NAICS Code •E. Contact Name •F. Contact Phone •G. Contact Fax Number •H. Contact email address PART II - Technical Qualifications a. Offerors shall provide written technical information that demonstrates their qualifications to provide DCMA a software that can integrate with DCMA's Adobe Connect collaboration and meeting software with the agency's learning management system being developed within the agency on the Moodle platform. This integration software must be able to have the following feature set: Single Sign On for seamless integration, automatic synchronization of user accounts between Moodle and Adobe Connect, automatic synchronization of courses and enrollments; direct creation and editing of Connect meetings from within Moodle and automated launching of Meetings, Recordings and other Content hosted on the Adobe Connect Server. b. The offeror shall provide discussion on the installation and training portion of the Moodle software. This technical information shall include a discussion of the offeror's understanding of the requirements to include training, installation and annual maintenance support. The offeror should include a discussion of anticipated difficulties and problem areas, together with potential or recommended approaches for their resolution with an emphasis on risk mitigation. PART III - Past Performance a. The Government will utilize PPIRS for those contractors having previously performed on a Government contract(s). A neutral rating would be applied for any contractor not having data available within PPIRS. The Government may also consider past performance information obtained through other sources: b. Offerors shall identify three contracts/task orders with the Federal Government, agencies of state and local governments and commercial customers that demonstrate recent and relevant past performance. Recent is defined as within the last three years. Use the below forms when submitting past performance information: · Past Performance Reference Information Form (Part I) shall be submitted by all offerors with their quote. · Respondent Information (Part II) shall be filled by references and must be sent to: Sue Gerardo via email at Sue.gerardo@dcma.mil. PART IV - Price The offeror's price quote must include a spreadsheet containing the offeror's proposed price, broken down by proposed line items (training, server license, installation and maintenance) and any price reductions offered. The following elemental price breakdown is provided as a sample only. It is up to the offeror to quote all costs that will be necessary for the offeror to successfully perform the requirement. Item Description Quantity Unit Price Total Price 0001 Connect-to-Moodle annual support and maintenance 1 0002 Training course. 2 day remote, up to 25 participants 1 0003 Connect-to-Moodle license 1 0004 Remote Installation and Configuration 1 0005 Connect-to-Moodle Software License (option) 2 0006 Connect-to-Moodle Software Annual support and Maintenance (option) 2 1001 Connect-to-Moodle annual support and maintenance Option 3 1002 Training course. 2 day remote, up to 25 participants Option 1 2001 Connect-to-Moodle annual support and maintenance Option 3 2002 Training course. 2 day remote, up to 25 participants Option 1 3001 Connect-to-Moodle annual support and maintenance Option 3 3002 Training course. 2 day remote, up to 25 participants Option 1 4001 Connect-to-Moodle annual support and maintenance Option 3 4002 Training course. 2 day remote, up to 25 participants Option 1 The spreadsheet must be readable using Excel MS Office 2003 SP2. Subcontractor or consultant rates and prices, if applicable, shall be presented in the same spreadsheet format, and be clearly labeled as such. 8. Evaluation and Award a. Quotes submitted in response to this RFQ will be evaluated in accordance with the evaluation criteria set forth below. It is imperative that Offerors respond directly to each area specified and to ensure that their quote is submitted on the most favorable terms, since less than their best potential could result in exclusion of the quote from further consideration. Responses which merely repeat the specification without any detailed explanation cannot be considered as being responsive to the requirements of the RFQ. Assurances of experience, capability or qualifications, without a clear demonstration to support the claim, may adversely influence the evaluation of the quote. b. Award will be made to the offeror whose quote complies with the RFQ, meets the requirements, represents the best value and results in the lowest overall cost alternative to the Government considering technical qualifications, past performance, and price. 9. Evaluation Criteria: Best Value Award in accordance with FAR Part 13 a. Technical Qualifications Information. Offerors technical qualifications will be evaluated to determine the extent to which the offeror has demonstrated its capability to provide solution on "Connect-to-Moodle Software license to include training, installation and maintenance. Understanding - The offeror's understanding will be evaluated to determine how well the offeror demonstrated a clear understanding of the Moodle Software that can integrate with DCMA's Adobe Connect collaboration and meeting software with the agency's learning management system being developed within the agency on the Moodle platform. The offeror will be evaluated to determine how well the offeror described the installation and training portion of the Moodle software. The offeror's will be evaluated how well the offeror identifies the potential problems involved in meeting the requirements, and its recommended approaches for their resolution with an emphasis on risk mitigation. b. Past Performance. Offeror's past performance will be evaluated to determine how well the offeror demonstrated compliance with prior contract requirements for similar software license. Offeror's past performance will be evaluated to determine how well the offeror demonstrated compliance with prior contract requirements for work similar in nature to the work described in the Technical Specification. The Government will utilize the Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov to evaluate contractor past performance for those contractors having previously performed on a Federal Government contract(s). PPIRS is a web-enabled, government-wide application that collects quantifiable and narrative contractor past performance information from all Federal contracting agencies and provides a contractor's previous performance based on Federal Stock Class (FSC) or Product Service Code (PSC). A neutral rating may be applied for any contractor not having data available within PPIRS. The Government may also consider past performance information obtained through source(s) provided from the offeror or other sources. Past performance information will be evaluated based upon a comparative assessment among Offerors. c. Price. The total offered price will be determined by adding the total price for all options to the total price for the basic requirements. The price reasonableness of the total firm-fixed price shall be based on the proposed unit rates and the level of effort (if applicable) required to perform the software installation and maintenance. Evaluation of price will be accomplished separately from the technical evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DCMA/DSPPMRO/DCMA-OCB/S5105A-12-T-0010/listing.html)
 
Place of Performance
Address: Defense Contract Management Agency Information Technology Division, 3901 A Avenue, Bldg 10500, Fort Lee, VA 23801, Fort Lee, Virginia, 23801, United States
Zip Code: 23801
 
Record
SN02691113-W 20120309/120307235447-58ce8d7746c4dd763b4e7f3740892326 (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.