Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOLICITATION NOTICE

U -- Ad hoc Sakai consultation support - Provisions and Clauses

Notice Date
7/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU000114Q0009
 
Archive Date
8/27/2014
 
Point of Contact
Alphonso M. Simmons, Phone: 3012951375
 
E-Mail Address
alphonso.simmons@usuhs.edu
(alphonso.simmons@usuhs.edu)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website:www.usuhs.edu. USU has a requirement for ad hoc Sakai consultation support. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures, utilizing the test program of 13.5. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-74 (July 1, 2014) and Defense Federal Acquisition Regulation Supplement (DFARS) (June 24, 2014). Offerors interested in responding to this requirement must provide a quote for the requested services outlined in the statement of work. A single fixed price labor hour, indefinite delivery indefinite quantity (IDIQ) order will be awarded. The resultant IDIQ award will have a five (5) year performance period. The quoted rates will be fixed during the life of the contract. Uniformed Services University Sakai Ecosystem Consultation Support Statement of Work Uniformed Services University of the Health Sciences (USU) is an accredited University that provides undergraduate medical and graduate education to military and civilian students pursuing MD, PhD, DNP and masters' degrees in multiple concentrations. Approximately 450 faculty educate 1,200 students on a 12-month academic schedule. This Statement of Work is for support of the USU's Sakai Academic Ecosystem which includes the Sakai learning management system, authentication systems and associated data systems. Background: The USU currently operates version 2.9 of rSmart's Sakai CLE. The Sakai CLE operates on Ancillary systems built upon Sakai data/courses do not currently exist but are an important component of the work envisioned in this statement of work. Technical Requirements: This statement of work seeks support for USU's implementation of Sakai and its supporting infrastructure. More detailed technical requirements will be provided in the individual task orders. Intellectual Property Rights: All work performed under this Statement of Work will be free of intellectual property claims by the offeror and the offeror's employees and subcontractors. Every deliverable, with the exception of USU/DOD/Educational proprietary information, will be in the public domain and available to all others who wish to use the product. Sakai Ecosystem Ad-hoc Support: The USU seeks ad-hoc support for the development and deployment of new Sakai Ecosystem capabilities. Development priorities identified by the Academic and Research Computing Work Group and the Office of the CIO which cannot be addressed by the USU's internal IT staff may be executed through the ad-hoc support task. Skill sets necessary to support this task include but are not limited to: ● Functional and technical requirements analysis ● Systems and data architecture ● Project Management ● Systems Administration (Apache/Tomcat/JASIG CAS/LDAP/Sakai) ● Java Code development Example tasks may include: • Modification or creation of Sakai tools • Tin Can API, analytics and dashboard reporting • JASIG CAS capability extensions • Tomcat and Apache configuration • CAS and Sakai High Availability work • SSO Support • SAMIGO modifications • Drupal design and architecture • OSP support uPortal USU will identify support requirements and the contractor will provide a quote to perform the additional work. The quote will include the labor mix and hours needed to complete the requirements. The bill rates will be the rates established in the IDIQ. Tasks will be funded individually. It is anticipated the first task order will be awarded within five (5) business days of the IDIQ award. Logistics: Work may be completed on and/or off site. If work is required to be completed on-site, it will state so in each awarded task order. The awardee shall coordinate schedule with the COR. Travel: If needed, travel will be authorized in each individual task order award. All travel shall be billed in accordance with the Federal Travel Regulations (FTR). Travel is not anticipated to be needed. Administration: Each task order under the awarded IDIQ contract will be issued to the awardee via email. Email will be the only authorized method of task order issuance. The awardee must honor any task order received within the minimum ($3,000) and maximum ($50,000) amounts identified, which are issued via email. The Contracting Officer Representative (COR) identified in the IDIQ award, will generally be the COR for each task order award, therefore the COR will not be specifically identified in each task order, unless the individual differs from the COR identified in the IDIQ. Each task order will list the number of hours authorized for each labor category needed to complete the requirements outlined. When completed performance is within 20% of the hours authorized for any labor category, the awardee must notify the contract specialist in writing. The notification must include the following: • Task order number • Labor category within 20% of total authorized hours • Number of hours remaining • Statement if additional hours will be needed to complete the task • If additional hours are needed: o Statement as to why work was not completed within the original hours authorized o What steps will be taken to more efficiently complete the requirements outlined in the task order o How many additional hours are required Invoicing: Invoices shall be submitted via email to the contract specialist administering the task order. Invoices must include all requirements outlined in FAR clause 52.212-4(g) and the following: • Project Title • Labor Category Being Billed • Hours Authorized for Each Applicable Labor Category • Hours Billed for Invoice Period for Each Applicable Labor Category • Cumulative Hours Billed for Each Applicable Labor Category • Description of what work was accomplished for the hours billed DoD-wide Contractor Manpower Reporting Requirements: The contractor shall report ALL contractor labor hours required for performance of services provided under this contract for USU via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2014. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil. At no time during performance of this contract is this IDIQ considered a requirements contract. The Government reserves the right to utilize other methods available to fulfill our needs for ad hoc Sakai support. Evaluation Factors: The government intends to award a single fixed price labor hour, indefinite delivery indefinite quantity (IDIQ) order to the offeror representing the best value to the government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. As offerors are evaluated more comparable among the non-price factors, the importance of price increases. Offerors who do not display a clear understanding of the requirement and/or pricing does not appear to be realistic based on market research and/or other offerors, may be considered non-responsive and not considered for award. The government reserves the right to award without discussions. Evaluation Factors (listed in order of importance): • Corporate Experience: Offerors are required to provide a narrative of their corporate experience in the following areas in regards to possible projects supporting Sakai ecosystem: • Functional and technical requirements analysis • Systems and data architecture • Systems Administration (Apache/Tomcat/JASIG CAS/LDAP/Sakai) • Java Code development • Modification or creation of Sakai tools • Tin Can API, analytics and dashboard reporting • JASIG CAS capability extensions • Tomcat and Apache configuration • CAS and Sakai High Availability work • SSO Support • SAMIGO modifications • Drupal Design and Implementation • uPortal Design and implementation • OSP support • Technical: Offerors must identify which labor categories will be utilized on the IDIQ. Task order awarded may or may not utilize all the labor categories identified in the base IDIQ. For each labor category identified, offerors must submit a resume. The resume must clearly identify if the individual is a current or prospective employee of the offeror and which labor category they would fulfill. Each resume submitted is limited to three (3) pages. It is expected that the resumes provided will be the individuals providing support under the resultant IDIQ award. Government approval is required prior to any alternative individual providing support during the performance of any task order. The awardee must provide an individual with a similar skill set to the one submitted in their quote submission. It is not anticipated any labor category will provide full-time support under the IDIQ. • Past Performance: The Government shall evaluate the offeror's present and past performance on similar tasks within the past three years. Offerors must provide two (2) customer references for similar work performed. The Government reserves the right to select which reference(s) to contact. The following must be provided for each listed reference: a. Name of client and address b. Name of current point of contact including telephone number, e-mail address and title c. Contract number d. Contract value e. Contract period of performance f. A clear description of the supplies/services provided USU may request additional information at any time. Offerors will have an opportunity to address any adverse past performance history. Offerors who do not have any past performance history will not be rated favorably or unfavorably, but will instead receive a Neutral/Unknown rating for past performance. Offerors must clearly state in their quote if they do not have at least two (2) past performance references. Failure to provide this information may render an offeror's quote non-responsive and may not be considered for award. A strong history of relevant past performance may be more advantageous to the Government than a less relevant record of favorable performance. The Government reserves the right to use data provided by the offeror and/or data provided by alternative sources in conducting its assessment of past performance history. • Price: Offerors must provide a loaded bill rate for each labor category identified in the technical portion of the quote. Offerors may quote either a firm fixed priced loaded bill rate for the duration of the IDIQ (5 years) or quote a firm fixed priced loaded bill rate for each one (1) year performance period of the IDIQ. Price Analysis: For price analysis purposes, the Government will assume an estimated 850 hours in task order support will be requested per year, for a total of 3,400 hours over the life of the IDIQ. The total quoted price will be determined as follows: o For offerors quoting a FFP loaded bill rate for the duration of the contract, the rate will be multiplied by the total number of hours (3,400). o For offerors quoting a different FFP loaded bill rate for each one year performance period, each quoted rate will be multiplied by the estimated number of hours per year (850) and the totals for each year will be added for a total cost. o For offerors proposing multiple labor categories with different FFP loaded bill rates, the average of the rates will be the rate used to calculate the total cost.  Example: ($50 x $75 x $100)/3 = $75.00 The estimated value of the entire IDIQ (5 Years) is $750,000.00. Offerors must submit the following with their quote: • Completed copy of provision 252.209-7995 • Completed copy of provision 52.209-7 See attached list for applicable provisions and clauses for this requirement. QUOTES ARE LIMITED TO FIFTEEN (15) PAGES FOR THE NON-PRICE FACTORS (DOES NOT INCLUDE PROVISIONS, RESUMES AND COVERSHEET (1 PAGE)). FONT MUST BE A MINIMUM OF 11 POINT. ACCEPTABLE FONT TYPES ARE: CALIBRI, TIMES NEW ROMAN AND/OR OTHER SIMILAR FONT TYPES. ANY QUOTES SUBMITTED IN EXCESS OF THE 15 PAGE LIMIT FOR NON-PRICE FACTORS, WILL NOT BE EVALUATED PAST PAGE 15. THERE IS NO PAGE LIMITATION ON PRICE. Questions/clarifications regarding this solicitation must be submitted via email to alphonso.simmons@usuhs.edu by July 30th. Any question received after July 30th will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around August 4th. Quote packages are due by 10:00 PM Eastern local time on August 25th. Quotes must be submitted via email to alphonso.simmons@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: • Company Name • Point of Contact, to include email and phone number • DUNS Number • Statement that includes acknowledgement of latest amendment number (if applicable) Note: Offerors who fail to acknowledge the latest amendment number (if applicable), may be considered non-responsive and not considered for award. Acknowledgement must include the amendment number and date posted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/21c8befb93305a1c63fb8574f13b0a56)
 
Place of Performance
Address: Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN03435105-W 20140725/140723235641-21c8befb93305a1c63fb8574f13b0a56 (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.