Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
MODIFICATION

D -- Cloud Based Content Management System (CMS) - Responses to Questions

Notice Date
9/29/2014
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-14-T-0117
 
Archive Date
10/14/2014
 
Point of Contact
Michael G. Fredericks, Phone: 719-333-3829
 
E-Mail Address
michael.fredericks@usafa.af.mil
(michael.fredericks@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Responses to Questions This is a combined synopsis/solicitation for commercial items or services prepared 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 solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-14-T-0117, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-76, Effective 25 Aug 2014. The North American Industrial Classification System (NAICS) number is 511210, Small Business Size $38.5M. This is a full and open, unrestricted solicitation for a "Brand Name or Equal" Content Management System CLIN 0001 to be a Firm Fixed Price CLIN to include a price for the Brand Name or "Equal" Cloud Based CMS system and 1 year license for 25 users. This includes 2-day on-site training session (to be scheduled with-in 15 calendar days after award date, (to include all costs associated with the training, books and training material, travel/airfare, and food and lodging). Period of performance is from 30 Sep 14 thru 29 Sep 15 CLIN: 0001 Unit Price ______________ Total Price _____________ Description: 1) Brand Name System that is commercial off-the-shelf and that meets the USAFA/PA current requirements for Cloud Based CMS system: Specific brand names that may meet the salient characteristics are the following: Hannon Hill Cascade Cloud system; Adobe Experience; and Kentico CMS OR 2) If a vendor chooses to quote/offer an "or Equal" system, then that system must meet all of USAFA/PA application salient characteristic requirements outlined below: 1. System required is a Cloud Based CMS, as defined: Cloud Based Content Management System (CMS), used to manage website content, allows users with or without programming experience to add, create, and modify content that is within the CMS. The CMS shall provide templates for users of the CMS to create websites and provides a publishing tool for publishing content and updates. Required minimum space 75GB. 2. The CMS must be designed and targeted to meet the needs of the entire upper education/university setting and all that encompasses: social media interface (blogging, tweets, Facebook posts) automatically generate and pull RSS feeds, handling large file types up to 30MG, video library content capabilities. 3. Cross browser compatibility with latest versions of Internet Explorer, Firefox, Chrome, and Safari and others. Must be flexible enough to allow for managing script formats, XSLT formats, Templates, Data Definition, CSS, JavaScript (latest jQuery libraries), HTML5 and C# using the editor within the system and support for multiple file types (.png,.xml, javascipt/ JQuery and.wmv.Mp4,.ogg,.mov,.mp3 and,png,.jpg,.tiff). 4. CMS must allow USAFA to manage a minimum of two domains, share content across multiple domains and publish to specific destinations. CMS is able to publish multiple jobs from multiple sites to multiple destinations simultaneously. Staging environment to view and approve changes to website/content before content is pushed to production and is live. Administrative workflow tools that include check-in check-out to avoid change conflicts. 5.CMS is compliant with W3C web and 508 standards. 6. Host sites: ‘USAFA.EDU' and ‘USAFAEvents.com. 7. The CMS has user authentication for logon either CAC enabled or Username and Password. Ability to have different permissions per user groups and users for CMS content down to site level, page level, folder level, content library, images and documents. 8. Automated content updates, ability to schedule automated update for content at any time. 9. Seamless support for mobile devices via responsive web design ability. Ability to publish to any dedicated mobile devices such as tablets, phones, e-readers, and future devices. 10. The CMS needs to be compatible to Windows 7 and flexible enough to migrate to new OS's as they come out. Support for automated updates for new versions of CMS. CMS provider ensures and provides redundant hardware structure and backup capability. 11. Access and support needs to be available 24/7, ability to speak with support to resolve issues and provide a user group support system, online knowledge resources/base, webinars and best practices. Require a minimum two days on-site training. 12. All CMS, along with marketing analytics tool must be user friendly with a WYSIWYG interface. Built in functions, such as, event calendars, photo galleries and campus emergency notifications. 13. There must be the ability to use the CMS, or tools designed to work with the CMS, that cover all marketing and analytics of a major university: ability to design, send, and retrieve analytics and marketing materials easily, able to handle creation of forms, graphs, emails (marketing engine), enrollment tracking, site visitor tracking with full visitor profile if supplied, tracking of conversion rates of email, calls to action, keyword analytics, and search-engine optimization research such as is conducted at major universities. Google analytics able to be pulled into the tool and tool able to tag each element as part of one or more campaigns, and manage contributor content. 14. CMS must have capability to create reports for both internal and external communications. Audit trails-user histories provided by CMS that provide all user actions from all users. History tracking ability. Reporting capability from collected content on website and ability to display reports on website, provide reports and data that relay specific action items, track visitor behavior at the site pages. 15. CMS will have security capabilities to include: - FedRamp approved cloud hosting system (list exact one that will be used) - Must ensure that webserver is patched and security configured - Must ensure that webserver is scanned on a weekly basis - Must ensure that ClamAV (Linux) or McAfee (Windows) is installed and signatures constantly updated. Period of Performance is from 30 Sep 14 thru 29 Sep 15 for the CMS system/25 person 1 year licenses and the required 2-day on-site training is to take place NLT than 15 days after award date. The FOB for this RFQ is Destination. Quotations received with other than FOB Destination pricing will not be considered. This is a Brand Name or Equal Acquisition in accordance with FAR 11.104. Vendors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition and the no addenda applies. The provisions at 52-212-2, Evaluation--Commercial Items applies to this acquisition. The following factors will be used to evaluate quotes: Price and Technical (meet or exceed salient characteristics). Initially, quotes will be evaluated on a pass or fail basis to determine whether the proposed CMS System meets the Brand Name or Equal salient characteristics of the specifications provided at the lowest evaluated price. A general statement of compliance or restatement of the salient characteristics is insufficient. Offerors shall include in their quote descriptive literature or description literatures or a clear reference, such as a web site to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offeror cannot comply with every requirement, that offer will not be considered. Quotes will then be ranked according to price. The vendor who submits the lowest price and meets or exceeds the salient physical, functional or performance characteristics of the purchase description will receive the award. The award will be made to that vendor without further consideration of any other quotes. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2012) and its Alternate I must be completed. Vendors are HIGHLY ENCOURAGED to complete all representations and certifications electronically on line at: (http:www.sam.gov). If not completed on-line, 52.212-3 and its Alt I shall be completed in hard copy and submitted with quote. 9. In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. (www.sam.gov) 10. Quotes must be submitted and received no later than 1:00 pm Mountain Time, September 29, 2014, via email to michael.fredericks@us.af.mil in order to be considered for award. If there are any questions, please do not hesitate to e-mail the Contracting Officer, Michael Fredericks at michael.fredericks@us.af.mil. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.211-6 Brand Name or Equal (Aug 1999) Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.225-7001 Buy American-Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors (JUN 2012) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006 Wide Area Work Flow Payment Instructions 252.232-7010 Levies on Contract Payments (DEC 2006) (End of clause) 5352.201-9101 Ombudsman (APR 2010): (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 5226 Cedar Drive USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9075 email: Kelly.Snyder@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations (NOV 2012): (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and (refer to USAFA A-01 Contractor Access to USAFA Instruction) to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-14-T-0117/listing.html)
 
Place of Performance
Address: USAF Academy/PA, Colorado Springs, CO, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN03536328-W 20141001/140930022839-79fd1b56578940002d1f981df2d6e1f6 (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.