Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2007 FBO #2007
SOLICITATION NOTICE

R -- Microsoft Phase 2 Document Conversion and Creation of Macro's & Templates

Notice Date
5/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, MD, 20852-2738, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
OIS-07-366
 
Response Due
6/7/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format found in FAR subpart 12.6, as supplemented with additional information provided in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. This announcement constitutes the only solicitation, as proposals are being requested at this time and a written hard-copy of the solicitation will not be issued. This RFP is full and open competitive procurement and the North American Industry Classification System (NAICS) Code is 541990. The size standard for this solicitation is average annual receipt of $6.5 million over the past three years, as set forth under NAICS. The U.S. Nuclear Regulatory Commission (NRC) intends to issue a Commercial Services, Fixed-Price contract for document conversion services. The Nuclear Regulatory Commission (NRC), Office of Information Services (OIS) has recently deployed the Microsoft (MS) Office Professional Suite 2003 to all agency desktops. The next phase in the process is the conversion and comparison for accuracy of existing agency documents needed for ongoing agency business. Also, there is a requirement for the modification and/or development of agency-supported macros and templates for agency correspondence in MS Word. This is in support of meeting the Agency goal of declaring MS Word the Agency Standard word processor in August 2007. Currently NRC has requested each Office to identify the number of documents that will need to be converted. In support of this requirement, the Contractor shall porvide a proposal detailing the cost for providing services and support to complete this task. The NRC estimates that the number of documents to be converted is between 5,000 and 45,000 documents. The NRC has completed a ?document inventory? assessment of the current document types, letterhead formats, macros and word processing environments. The Contractor shall provide initial project planning and migration strategy service that will include: (1) an analysis of agency documents to be converted using a document matrix as the basis of the anticipated work volume. The listing of documents for review will be provided by the NRC; (2) a conversion schedule; and (3) recommended methods and media as to which all documents will be submitted to the contractor and the methods and media the converted documents will be returned to NRC. The Contractor shall propose the following requirements and/or elements: (1) conversion and comparison for accuracy of existing agency documents from Corel WordPerfect (Versions 8 through X3) to Microsoft Word 2003. As part of your response, please provide information regarding any 3rd party solution that may be recommended for this conversion; (2) the conversion process must maintain quality, integrity, and characteristics of the Corel WordPerfect document and convert completely to the MS Word document; (3) the conversion/development process must maintain quality, integrity, and characteristics of the Corel WordPerfect macro and/or template and integrate completely with MS Word; (4) the conversion process must be completed utilizing an automated and/or manual solution that will guarantee an accurate end product; (5) the modification of existing or creation of new standardized MS Word templates and macros. These templates and macros will be used for agency wide standard business correspondence; and (6) weekly progress reports to be provided during weekly status meetings. A project manager shall be assigned to oversee the assigned resources and make sure the project plan is executed to meet milestones and deliverables. The project manager shall be responsible for managing and controlling project scope, budget, objectives, risks, and all deliverables. The project manager shall work closely with the NRC project manager on all aspects of the project and project plan. Weekly status meetings with the NRC project manager and Contractor project manager will be required for the duration of the conversion process. Offers will be evaluated on the following evaluation criteria: (1) PAST PERFORMANCE (35 points) - The contractor has performed exact or very similar tasks for other Federal entities in the past 18 months. And such performance was rated as excellent by the client in all categories to include approach, staffing, quality and timeliness. (2) SPECIFIC EXPERIENCE AND KNOWLEDGE (40 points) - The efficacy of the skill mix, qualifications, and experience of the personnel resources the contractor intends to utilize for meeting each deliverable will be evaluated against the intended outcome of the deliverable i.e., hands on work versus theory. The depth and quality of the proposed resources in performing similar work is paramount. (3) PROJECT MANAGMENT AND APPROACH (25 points) - The extent to which the offeror?s proposed approach demonstrates the viability of the proposed strategies and methodologies in meeting the objectives of the tasks. The extent to which the tools/ methodologies used by the contractor for project management activities ensure the schedules will be met and the plan for keeping the NRC apprized of progress in solving the identified weaknesses/deficiencies will be considered. The Government estimates a Level of Effort (LOE) of 7,600 hours. However, this information is advisory and is not to be considered as the sole basis for the staffing plan or cost proposal. The period of performance is approximately eight months, though the bulk of the required work is to be completed on or before August 31, 2007. The NRC intends to award without discussions. However, the Agency may hold discussions and request revised offers, if necessary. All questions concerning this request for proposal shall be submitted to the Contract Specialist in writing by e-mail to VMW@NRC.GOV, no later than 3:00 p.m. local time on May 31, 2007. Offerors are advised that the closing date will not be extended for the purpose of responding to questions received after that date. TIMELY RECEIPT OF PROPOSALS: Your proposal must be received by the date and time indicated below. Proposals sent through the U.S. Postal Service must be addressed to the U.S. Nuclear Regulatory Commission, Division of Contracts, Mail Stop T-7-I-2, Washington, DC 20555. The RFP No. OIS-07-366 must be clearly written on the outside of the sealed envelope or package containing your proposal. All hand-carried proposals including those delivered by private delivery services (e.g., Federal Express and Airborne Express) must be delivered to the loading dock security station located at 11555 Rockville Pike, Rockville, Maryland 20852 and received in the depository located in Room T-7-I-2. All offerors shall allow extra time for internal mail distribution. NRC is a secure facility with perimeter access-control and NRC personnel are only available to receive hand-carried proposals during normal working hours, 7:30 AM - 3:30 PM, Monday through Friday, excluding Federal Holidays. Offerors who wish to be considered must submit one original and two (2) copies of their offer; technical and cost, on company letterhead. All offers are due by 3:30 PM, Eastern Standard Time, on June 7, 2007 to the attention of Valerie Whipple, Contract Specialist, at the address listed above. No fax or telephonic offers will be accepted. All questions or inquiries concerning the RFP shall be addressed to Valerie Whipple, on 301-415-6514, e-mail vmw@nrc.gov.
 
Record
SN01302950-W 20070526/070524221941 (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.