Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

D -- Provide Web Conferencing Services-Nationwide

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Equal Employment Opportunity Commission, Office of the Chief Financial Officer, Acquisition Services Division, 131 M Street, NE, 6th Floor, Washington, District of Columbia, 20507, United States
 
ZIP Code
20507
 
Solicitation Number
RFQ0075-13
 
Archive Date
9/30/2013
 
Point of Contact
Caroline A Fowler, Phone: (202) 663-4219, Gregory A Browne, Phone: (202) 663-4292
 
E-Mail Address
caroline.fowler@eeoc.gov, gregory.browne@eeoc.gov
(caroline.fowler@eeoc.gov, gregory.browne@eeoc.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Subpart 12.6, "Acquisition of 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 will not be issued. Solicitation Number RFQ0075-13 is being issued as a Request for Quotation (RFQ) and must be referenced on all correspondence. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, effective August 1, 2013. This procurement is unrestricted and any interested quoters may submit a quote. The associated North American Industry Classification System (NAICS) Code is 541519. The EEOC intends to make a single award from this solicitation. The EEOC contemplates awarding a Firm-Fixed Price Contract and anticipates it to be awarded in September 2013. RFQ0075-13 will be distributed solely through the FedBizOpps website (www.fbo.gov). The FedBizOpps website provides downloading instructions. All future information about this acquisition, including solicitation amendments will also be distributed solely through the FedBizOpps website. All information needed to submit a quotation is contained herein. DESCRIPTION OF REQUIREMENT: The U. S. Equal Employment Opportunity Commission is seeking a contractor to provide a nationwide web conferencing services which will be used to conduct training and meetings remotely. This requirement includes the following commercial item (services): I. BASE PERIOD (12 months): *CLIN 0001: Web Conferencing Services (125 Registered Users) UNIT QTY UNIT** PRICE AMOUNT 1 JA $_________ $________. II. OPTION PERIOD 1 (12 months): CLIN 0002: Web Conferencing Services (125 Registered Users): UNIT QTY UNIT PRICE AMOUNT 1 JA $__________ $________. III. OPTION PERIOD 2 (12 months): CLIN 0003: Web Conferencing Services (125 Registered Users): UNIT QTY UNIT PRICE AMOUNT 1 JA $_________ $________. IV. OPTION PERIOD 3 (12 months): CLIN 0004: Web Conferencing Services (125 Registered Users): UNIT QTY UNIT PRICE AMOUNT 1 JA $_________ $________. V. OPTION PERIOD 4 (12 months): CLIN 0005: Web Conferencing Services (125 Registered Users): UNIT QTY UNIT PRICE AMOUNT 1 JA. $ _________ $________. TOTAL COST TO THE GOVERNMENT (CLIN Nos. 0001 thru 0005): $_______ *(NOTE 1: The Quoter is advised that Fiscal Year (FY) 2013 funds are currently available for the base year period. FY funds for the option period(s) will be subject to the Availability of the Fiscal Year Fund for each applicable option period ( FY 2014, FY 2015, FY 2016 and FY 2017 respectively), if option(s) is exercised by the Government. **(NOTE 2: JA denotes "one year" (12 months) as the unit of issue for the web conferencing services during the base plus four (4) -one year option periods). Hard copies of the solicitation document and its related documents will not be available. Because this RFQ will be posted on this website, interested parties are instructed NOT to call, send letters, e-mails or faxes requesting the RFQ. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. SYSTEM FOR AWARD MANGEMENT (SAM) REQUIREMENT: The Equal Employment Opportunity Commission (EEOC) requires the prospective contractor to be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of the resulting contract in accordance with Federal Acquisition Regulation, 52.204-7, System for Award Management. Potential quoters who are not registered should consider applying for registration immediately, if interested in responding to this solicitation. Potential Quoters may do so by going to the SAM website via the internet at http://www.sam.gov. INTRODUCTION: The U.S. Equal Employment Opportunity Commission (EEOC) was established by Title VII of the Civil Rights Act of 1964. This Act prohibits employment discrimination based on race, color, sex, religion or national origin. EEOC is also responsible for enforcing The Age Discrimination in Employment Act of 1967 which prohibits employment discrimination against employees 40 years of age or older; The Equal Pay Act of 1963 which protects men and women who perform substantially equal work in the same establishment from sex-based wage discrimination; Section 501 of the Rehabilitation Act of 1973 which prohibits federal sector employment discrimination against persons with disabilities; The Americans with Disabilities Act of 1990 (ADA) which further prohibits employment discrimination against persons with disabilities in all sectors of society; The Civil Rights Act of 1991 which amends the 1964 Civil Rights Act to provide punitive damages in some instances for willful and intentional employment discrimination; and The Genetic Information Nondiscrimination Act of 2008,which prohibits discrimination on the basis of genetic information with respect to health and employment. The mission of the Commission is to ensure equality of opportunity by vigorously enforcing federal laws prohibiting employment discrimination through investigation, alternative dispute resolution, conciliation, litigation, coordination, education, and technical assistance. EEOC also provides oversight and coordination of all federal equal employment opportunity regulations, practices, and policies. EEOC performs its functions through a geographically dispersed organizational structure. This structure consists of the Headquarters office, located in Washington, D.C., and fifty-three field offices dispersed throughout the country. EEOC has approximately 2,500 employees. EEOC CURRENT ARCHITECTURE: EEOC's standard desktop software is currently the Microsoft Office 2003/2007 Professional Suite and Novell's GroupWise 7.0. The network client software is Novell Client for Windows 4.91 SP5 and Microsoft's TCP/IP stack is used for IP communication. Virus protection for the file servers and workstations is provided through Trend Micro AntiVirus/Firewall program. The Commission's standard browser is currently the Microsoft Internet Explorer (currently IE v.8). The Accessibility standards are Duxbury Braille, Dragon Naturally Speaking, JAWS, NextTalk, ZoomText, and RubyOpenBook. SCOPE: For the past nine years EEOC has been using a remote conferencing service via AT&T called iMeeting. The current contract will end on September 27, 2013. This service is used to provide training remotely, giving EEOC interactivity between its students and the instructor. EEOC is seeking a solution that will allow EEOC the flexibility to use the service inside and outside of its existing firewall. The solution must be user friendly, allow for application sharing, and the capability to record training sessions, and have unlimited conferencing between 2,500 users in a Town Hall type of setting. The solution must, at a minimum, allow for the approximate current capabilities of EEOC's current application, AT&T Connect, with the capability of having multiple event types occurring at the same time through-out the Agency. The solution must have an invitation methodology that is clear and it must be user-friendly. The quoter must have the capability to provide a link to the event coordinators (via email) not later than 24 hours before the date of the event. The link for the event coordinators and participants must be easily accessible and provide web conferencing with any entity. The solution must be a SAAS (Software-as-a-Service) cloud based, having the capability to provide a minimum of 100 - 125 registered users and the capability to conduct training and host meetings remotely from any computer to an unlimited number of users no matter where the server is located. The solution must provide a pay as you go feature. The solution must provide an on-line polling feature that also provides graphics and statistics and a video feature that will allow the audience to see the presenter. The solution must provide web based training for the entire user community that includes setup for registered users and attendees, and Administrative users. The solution must deliver web conferencing and an implementation plan that is compatible with EEOC's current architecture and meets the dates set forward in this solicitation. The solution must include at a minimum, technical support during Monday thru Friday, 7:00 AM to 6:00 PM, Eastern Time. The contractor shall provide a web-based solution available 24 hours a day. WORK (TASKS) TO BE PERFORMED: The contractor shall provide a solution that meets all of the mandatory requirements identified in the Scope. Training that is required for end users, administration, and support shall be included in the solution. Any conversion of videos from the current EEOC tool to the contractor's solution shall be included. Webinars for training is acceptable. Customization and start up services shall be included in the solution. A project plan with timetables for implementation shall be included in the solution that allows no break in EEOC's web conferencing services. The contractor must be able to provide 24/7 technical support. ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY STANDARDS: The Equal Employment Opportunity Commission (EEOC) considers universal accessibility to information a priority for all its employees and external customers, including individuals with disabilities. Under Section 504 and 508 of the Rehabilitation Act of 1973 (29 U.S.C. sections 794 and 794d, as amended), EEOC must ensure the accessibility of its programs and activities, specifically its obligation to acquire and use accessible electronic and information technology. To comply with the provisions of this clause, the Contractor shall refer to the Section 508 Standards described at www.section508.gov. PERIOD OF PERFORMANCE: The period of performance under the resultant contract shall be for a base year with four-1 year option periods, beginning no later than September 28, 2013. PLACE OF PERFORMANCE: EEOC Nationwide. DELIVERABLES: The contractor shall provide a solution that meets all of the mandatory requirements identified in the Scope. The project plan shall include implementation, transition, conversion, training, hosting, maintenance, and support for the duration of the contract. The plan shall include at a minimum technical support during Monday thru Friday, 7:00 AM to 6:00 PM, Eastern Time. PLACE OF DELIVERY: The successful contractor shall deliver the required items to the following address: U.S. Equal Employment Opportunity Commission, Office of Information Technology, Desktop Support and Services Division, ATTN: TO BE DETERMINED (TBD), COR 131 M Street, N.E.; Room TBD. Washington, D.C. 20507. CONFIDENTIALITY, PRIVACY AND NON-DISCLOSURE: EEOC's information systems (including those systems or portions of systems supported or maintained by contractors) are Federal Information Systems, as defined in the Federal Information Security Management Act of 2002, and are required by this statute to be provided information security protections commensurate with the risk and magnitude of the harm resulting from unauthorized access, use, disclosure, disruption, modification, or destruction of information collected or maintained by or on behalf of the agency; and information systems used or operated by an agency or by a contractor or other organization on behalf of an agency. SUBMISSION OF QUOTATIONS: The quoter shall include the following with their quote: (1) The quoter shall provide a price and description of all CLINs (0001 thru 0005) with the total price; (2) The name, title, telephone number, fax number and email address of the point of contact; (3) The nine digit DUNS and Commercial and Government Entity (CAGE) code with their quote. As stated above, all contractors who provide goods/services to the EEOC must be registered in the System For Award Management (SAM)): http://www.sam.gov. The Government intends to award a firm fixed price contract to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government. Interested quoters must submit questions regarding this solicitation, via email, to the Contracting Officer, Caroline A. Fowler at: caroline.fowler@eeoc.gov, with a cc to the Alternate Contracting Officer, Gregory Browne at: gregory.browne@eeoc.gov, not later than Monday, August 19, 2013, at 10:00 am (Washington, DC local time),). Responses to questions will be addressed as an amendment to the solicitation. No telephone or facsimile responses to or request for additional information regarding this RFQ will be accepted. All interested quoters having the capabilities to perform the required work are invited to submit a quotation in response to the RFQ on or before the closing date and time on Wednesday, August 21, 2013, at 11:00 a.m., (Washington, DC local time), to the Contracting Officer at the following mailing address: U. S. Equal Employment Opportunity Commission, Acquisition Services Division, 131 M Street, N.E., 4th Floor, Washington, DC 20507, ATTN: Caroline A. Fowler, Contracting Officer. Only hard copies and/or email responses to this solicitation (RFQ0075-13) will be accepted. Hard copies of the quotation (original and 3 copies) sent via U.S. regular or overnight mail or hand delivered to the EEOC Guard Desk (EEOC Headquarters Bldg, Lobby Area to the attention of the Contracting Officer. EEOC Headquarters Building is a secured building therefore, individuals who will make any deliveries of quotations must have proper photo identification. Quoters may E-mail responses (quotations) to the attention of Caroline A. Fowler, Contracting Officer. A quotation submitted electronically, via email, sent to caroline.fowler@eeoc.gov, with a cc: to gregory.browne@eeoc.gov will be accepted. Responses (Quotations) submitted after the above closing date and time will not be considered. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. Therefore, interested quoters are not authorized to commence any effort as a result of this solicitation until confirmed by issuance of written correspondence in a letter or contract, as authorized by the Contracting Officer. All responsible sources may submit a quotation which shall be considered by the EEOC. Quotations shall be organized into three (3) separate and identifiable volumes: Volume I - Technical Quotation, Volume II - Past Performance, and Volume III - Price. Pricing information shall not be included in Volumes I and II. Minimum Font Size is 12. The quoter shall provide original and 3 copies of the Technical Quotation, Past Performance and Price Quotation.) Volume I - Technical Quotation. The technical quotation should be directly responsive to the requirements contained in this RFQ. The quoter should set forth in detail, the overall technical and management plans, approach, controls, and schedule for accomplishing the required work. These plans will be an important factor in selection of the quoter, and should be specific and complete. The quoter must present the information necessary to provide a basis for evaluation by the Government of the quoter's technical and managerial qualifications and the proposed solution to the technical problems. Each quotation will be evaluated in the light of the documentation evidence presented in the quotation and not on the basis of what is inferred. The quoter's Technical Quotation should not repeat this RFQ. The Technical Quotation shall not exceed 20 pages. Volume II - Past Performance and References: The quoter will be evaluated based on customer satisfaction and timeliness. The contact information for each reference shall include the following: A minimum of three (3) web conferencing training or other relevant contracts and subcontracts completed during the past 3 years, and all such contracts and subcontracts currently in process for projects similar in size, content and complexity to the requirements stated in this RFQ. The quoter must submit past performance references on any partners. Contracts listed may include those entered into by other departments and agencies of the Federal Government, contracts with state and local governments, and contracts with commercial customers. Include the following information for each contract: (1) Name and address of contracting activity; (2) Contract type;(3) Contract number (4) Total Contract value; (5) Name, title, and telephone number of Contracting Officer; (6) Name, title, telephone number, facsimile number of Program or Project Manager, if applicable; (7) Description of services provided; (8) Duration of task/contract, (9) Administrative contracting officer, if different from (5) above, and telephone number; and (10) List of major subcontracts/teaming partners. Past performance will be used as an evaluation factor as required in the FAR 15.304(c) (3). References other than those identified by the quoter may be contacted by the Government, with information received to be used in the evaluation of the quoter's past performance; and (c) Volume III - Price Quotation: A price quotation shall be submitted and shall include all costs, associated with this requirement. BASIS FOR AWARD: The Government intends to award a contract to the responsible quoter whose quotation is responsive to the solicitation and is determined to be the best value to the Government, using the tradeoff approach. Selection of the best value to the Government will be achieved through a process of evaluating the strengths and weaknesses of each quoter's quotation against the evaluation criteria described below. In determining the best value to the Government, the Technical Capability and Past Performance Evaluation Criteria, when combined, are more important than the evaluated price. The Government is more concerned with obtaining a superior Technical Capability quotation than making an award at the lowest evaluated price. However, the Government will not make an award at a price premium it considers disproportionate to the benefits associated with the evaluated superiority of one technical and management quotation over another. Thus, to the extent that quoters's technical and past performance quotations are evaluated as close or similar in merit, the evaluated price is more likely to be a determining factor. EVALUATION FACTORS FOR AWARD: The Evaluation Factor to be applied by the Government in the evaluation process in Descending Order of Importance is described as follows: technical capability and methodology, past performance and price. Overall, technical capability and past performance when combined are more important than price, although price will be considered in the Tradeoff assessment. Price will be evaluated for reasonableness. FACTOR 1: Technical Capability and Methodology: The Government will evaluate Technical Capability and Methodology based on the quoter's demonstrated prior experience in understanding remote conferencing. The quoter must demonstrate a thorough understanding of the requirements by describing the approach, methodology, technique, or plan that the quoter is proposing to accomplish the tasks defined in the requirements as stated in this RFQ. The quoter must provide narrative statements, in as much detail as possible, demonstrating that their company has clear understanding of web conferencing. The quoter must provide a cloud based solution. The quoter must provide a solution that is user friendly. FACTOR II: Past Performance: The Government will evaluate past performance based on a minimum of three (3) references for similar work or project information which would demonstrate the essential experience and skills necessary to address the requirements of this RFQ. The three (3) references for similar work or project information must have been awarded within the past three years. This factor will indicate the relevant aspects of the quoter's record of performing services similar in size, content and complexity to the requirements of this RFQ. The quoter will be evaluated based on customer satisfaction and timeliness. A quoter without a record of relevant past performance or for whom information on past performance is not available, will not be evaluated favorably or unfavorably on past performance. FACTOR III: Price: The price will be evaluated in comparison to the independent Government cost estimate. The price evaluation will include the service and any other conversion costs and training. If the the successful contractor does not support current video file types, then transition cost for the EEOC must include converting all existing videos to whatever file types the contractor supports. The Government reserves the right to make contract award without discussions with quoters (except clarifications as described in FAR 15.306(a)). Therefore, quoters must submit their most favorable terms from a technical standpoint. The evaluation of the quotes shall be within the sole judgment and discretion of the EEOC. In addition to the above, the Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. All contact during the evaluation phase shall be through the EEOC Contracting Officer only. Quoters should bear in mind that any quotation that is unrealistic in terms of the technical or schedule commitments may be deemed reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and scope of the requirements as specified in this RFQ. Contract award will be based on the evaluation factors listed in this RFQ. FAR Provision 52.217-5, Evaluation of Options is being provided in full text and is applicable to this solicitation: Evaluation of Options (July 1990) - Except when it is determined in accordance with fAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the options(s) (End of provision). APPLICABLE PROVISIONS AND CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses are applicable: FAR Provisions: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-3 Offeror Representations and Certifications Commercial Items; FAR 52.204-7, System for Award Management; FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.217-5 Evaluation of Options; FAR Clauses: 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; 52.217-9, Option to Extend the Term of the Contract; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52,222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, 52.233-3, Protest After Award; and 52.233-4, and Applicable Law for Breach of Contract Claim; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10,Prohibition on Contracting With Inverted Domestic Corporations are incorporated by reference. The following FAR Clause 52.217-9, Option To Extend the Term of the Contract is being provided in full text: FAR 52.217-9, Option to Extend The Term of the Contract (MAR 2000) - (a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duraton of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. To obtain the above provisions and clauses in full text, please visit www.acquisition.gov. Method of payment: via Electronic Funds Transfer. Interested quoters are responsible for ensuring that their submitted quote has been received and is legible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EEOC/OCFOAS/PMD/RFQ0075-13/listing.html)
 
Place of Performance
Address: EEOC Nationwide, Washington, District of Columbia, 20507, United States
Zip Code: 20507
 
Record
SN03151100-W 20130817/130816000252-b305161aeb25457cf4cea0c08323238d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.