Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 1,1996 PSA#1649

National Institute of Standards and Technology, Acquisition and Assistance Division, Bldg. 301, Room B117, Gaithersburg, MD 20899

D -- INTERNET WEB SITE DESIGN, PROGRAMMING, ANALYSIS AND MAINTENANCE SOL 53SBTK6C9257 DUE 081396 POC Kathleen Lettofsky (301) 975-6342 This is a combined solicitation for commercial services prepared in accordance with the format in Subpart 12.6 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. The solicitation number is 53SBTK6C9257 and the solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-39. This acquisition is 100 percent set aside for small businesses. The standard industrial classification (SIC) code is 7373 and the small business size standard is $18M. The contract line item number (CLIN) and item, quantity and unit of measure is: CLIN 0001 The contractor shall provide expertise in Internet Web Site design programming, and analysis and maintenance to further develop and enhance Office of Technology Policy's HomePages and Internet requirements, 01 Job. Please submit your price in accordance with the CLIN structure identified in the previous sentence. The National Institute of Standards and Technology (NIST) intends to acquire the services of a contractor to provide expertise in Internet Web Site design, programming, analysis and maintenance to further develop and enhance Office of Technology Policy's (OTP) HomePages and Internet requirements. The contractor shall 1) evaluate existing OTP Web Sites and identify further requirements; 2) prepare a proposal for restructuring and redesigning the OTP HomePages; 3) after OTP approval, implement and document the HomePage restructuring and redesign plan; and 4) train staff in the innovations introduced so that standard procedures can be followed as OTP HomePages evolve. The contractor shall review OTP's existing HomePages and perform the following tasks: 1) HTML Coding for Web Site (40% of estimated total time): a. Code OTP documents in HTML for installation on OTP Web Sites, including Executive Summary of all published documents (e.g. Effective Partnering and Meeting the Challenge Reports), and Newsletters; and b. Convert OTP Web Site files to FTP. 2) Software Application, Design Development and Implementation (20% of estimated total time): a. CGI scripting of interactive forms (e.g. National medal of Technology Nomination Package); b. Programming for data base associated with interactive forms, and intelligent visitor counters; and c. Acquire and customize search engines and place on OTP Web Sites. 3) HomePage Design Enhancement (20% of estimated total time): a. Enhance OTP HomePage Structure and Design so that the variouw Web Sites share common standards and identify and maximize presentation options (e.g. tool bars, Java script, graphics); and b. Restructure National Medal HomePage to include brief bio and photos of all Medalists. 4) Training of OTP Personnel in Web Site Skills (10% of estimated total time): a. Transfer skills required to manipulate OTP HomePages to selected OTP staff; b. Transfer any other knowledge relating to OTP Internet activities to appropriate OTP staff; and c. Organize occasional staff presentations on OTP HomePage related developments. 5) Miscellaneous (10% of estimated total time): Preparation of computer enhanced presentation material (e.g. Powerpoint Slides) on an as needed basis. The contractor (or person assigned by the contractor) will have access, as needed, to OTP staff for guidance concerning the performance of the tasks, although the contractor shall perform this work independently. Initially the contractor is expected to be on-site, but with the approval of the Contracting Officer's Technical Representative (COTR), this may vary as the contract develops. The period of performance will begin from contract award date and be of six months duration based on an average of 30 hours/week. Progress payments shall be made after Contracting Officer's approval of submission of monthly time sheets. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition with the following specific evaluation criteria to be included in paragraph (a): (i) Creativity as demonstrated by finished product provided to other clients; (ii) Directly applicable experience as demonstrated by past clients similar to OTP; (iii) Related experience including demonstrable skills in similar projects and disciplines; (iv) References as provided by offeror. Number of references and verification of references - at least three verifiable, relevant references; (v) Schedule and availability as defined by staff on hand, skills of staff, specific time frames; (vi) Skill Sets(s) including programming and scripting languages, plus the ability to train OTP staff on the creation and use of custom, non-proprietary solutions; and (vii) Price. Technical criteria is significantly more important than price. Evaluation of the specific evaluation criteria will be based on information submitted in response to this RFQ. It is recommended that information be included which demonstrates that the services offered meet all the requirements identified in this combined synopsis/solicitation. Information which merely offers to furnish services in accordance with the requirements of the Government or does not address a requirement contained herein will be evaluated based on this information or lack of information. Offerors are cautioned to submit proposals on the most favorable basis, since the Government may elect to make an award without further discussions or negotiations. Proposals submitted in response to this combined synopsis/solicitation shall be in an original and two copies. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition and includes the following FAR clauses: 52.219-6, Notice of Total Small-Business Set-Aside; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-18, European Union Sanction for End Products; 52.225-19, European Union Sanction for Services; 52.222-41, Service Contract Act of 1965, As amended - Applicable U.S. Department of labor Wage Determination No.: 94-2104, Revision No.: 6, Date of last Revision: 12/08/1995; 52.222-42, Statement of Equivalent Rates for Federal Hires: This statement is for information only: It is not a wage determination: Employee Class: Computer Systems Analyst II with Monetary Wage-Fringe Benefits of $25.88; and 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment. Interested parties shall submit offers which include, but should not be limited to, the 11 items outlined in FAR 52.212-1(b), and information requested in this synopsis/solicitation to the National Institute of Standards and Technology, Acquisition and Assistance Division, Building 301, Room B117, Gaithersburg, MD 20899, ATTN: Kathleen Lettofsky, Solicitation No. 53SBTK6C9257. Offers must be received by 3:00 on August 13, 1996. Offers or modifications of offers received at the address specified for the receipt of offfers after the exact time specified for receipt of offers will not be considered. For information regarding the solicitation contact Kathleen Lettofsky, Contract Specialist. Her telephone number is (301)975-6342. See Numbered Note No. 1. (0212)

Loren Data Corp. http://www.ld.com (SYN# 0021 19960731\D-0001.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page