Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2008 FBO #2421
DOCUMENT

D -- FPDSNG SOFTWARE LICENSE REVIEW - pws

Notice Date
7/11/2008
 
Notice Type
pws
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
General Services Administration, Office of Management Services, ACM-D, Office of Management Services, ACM-D, 1800 F Street, NW, Washington, District of Columbia, 20405-0000
 
ZIP Code
20405-0000
 
Solicitation Number
GS00V08PDC0133
 
Archive Date
8/12/2008
 
Point of Contact
Diane P. Taylor,, Phone: 2022081822
 
E-Mail Address
diane.taylor@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number GS00V08PDC0133 is being issued as a Request for Proposal. The General Services Administration (GSA), Office of Management Services is issuing this Request for Proposal (RFP) to solicit full and open on a competitive basis. The requirement is to provide software license review associated with Federal Procurement Data System – Next Generation (FPDS-NG). 1. BACKGROUND The of Federal Procurement Data System - Next Generation (FPDS-NG) is the federal government’s centralized data base that collects summary information for all contracts over $3,000. It also provides reporting functions for the government and citizens. More information abut FPDS-NG can be found at https.fpds.gov The current contract expires in FY 2010. Rather than simply award one contract to support FPDS, we plan to award a Service Integrator contract that will assist in migrating the collection of nine systems that make up the Integrated Acquisition Environment (IAE) portfolio into a target architecture that is based on a collection of business services supporting the federal government’s acquisition process. More information about IAE can be found at www.acquisition.gov. However, unlike traditional Service/System Integrator Contracts, while we expect them to manage the code base and requirements for new functions, we will not allow the Service Integrator to develop new software. New software will be developed under contracts competitively awarded by the government. Initially, the Service Integrator will focus on continuing to operate FPDS but over time their responsibilities for other IAE systems will be expanded. The government intends to make the current FPDS software available to vendors who express an interest in bidding on packages of change requests and to those vendors who obtain contracts. The current FPDS system will form the basis of the new capability managed by the Service Integrator. The current system is a combination of commercial packages, e.g. Informatica for reporting and custom Java software that includes open source. The purpose of this task is to ensure that the FPDS-NG does not have any intellectual property violations. 2. TASK The contractor shall review the software licenses associated with FPDS-NG and (1) determine if all licenses are clear of any infringements and/or restrictions; (2) determine that there are not duplicative license; and (3) identify license version. The final report shall identify all licenses reviewed and the findings for each. 3. DELIVERABLES The draft report shall be provided in Microsoft Word Format five weeks after award. The government will have 5 days to review and comment. Final report will be due 6 weeks after award. All deliverables shall be delivered to the GSA IAE, 2011 Crystal Drive, Suite 911, Crystal City, VA 4. GOVERNMENT FURNISHED INFORMATION The following information will be provided. CategoryArtifactsPurpose / Contents External ArchitectureFPDSNG_DataDictionary.pdfData dictionary FPDS-DES-SDD-validation_rules-DES.doc Business Rules Validation Data Element Use Case Summary.pdfMandatory element validations Web Services Specifications Document (Version 1.3).pdfWeb Services Specifications FPDS_WSDL_11162007.zipWSDL files XML Schema SourcesXML Schema Specifications FPDS-NG-versioning-specifications.docWeb Services Versioning specifications Internal / Implementation ArchitectureFPDS-DES-SDD-db_architecture-DES.docPhysical, logical data model, database architecture and diagrams FPDS-DES-SDD-Database Partitioning Design.docDatabase partitioning design for core tables and materialized views FPDS-DES-SDD-Validation Rules Implementation.docBusiness Rules Language based validation implementation FPDS-DES-SDD-award_module-DES.docJava sources design: use cases, UML Class diagrams and sequence diagrams FPDS-DES-SDD-user_ui-DES.docGUI Services Architecture FPDS-DES-SDD-Dynamic-GUI-Design-DES.docDynamic page generation, standard XHTML, XSL artifacts FPDS-NG-SDD-Versioning-Design.docDetails Technical design for publishing, controlling, and providing multiple versions of Web Service Interfaces, XML Data Definitions, and GUI Screens FPDSPackages.doc Package structure of the java classes GCE-DES-Guidelines-Authentication and Authorization in WebServices.doc Authentication and Authorization design GCE-DES-Guidelines-RuntimeConfiguration.doc Application Runtime Configuration design and guidelines GCE-DES-Guidelines-Usage of JRules.doc Business Rules Validation implementation design and guidelines GCE-DES-Guidelines-Error Message Handling.doc Error and Exception Handling design and guidelines GCE Design Guide Lines For XSD-WSDL.doc XML and WSDL Design guidelines and Naming Conventions GCE-Design-Guidelines-DataModel.doc Data Model Design and naming convention guidelines GCE-DEV-Coding-Standards-Checklist.doc Java, JSP Coding Standards Hosting ArchitectureFPDS-NG Hosting Infrastructure and Runbook.docPhysical server, network Infrastructure description, server and equipment Runbook FPDS-NG Server Architecture.docLogical server architecture and, networking, storage and security services architecture FPDS-NG Cluster-Architecture.docGrid based clustered application servers Oracle 10g RAC Implementation Design.docGrid based Oracle Redundant Application Cluster (RAC) database Implementation Source CodeDML and DDL SQL FilesData Definition and Data Modification Scripts, including Data Management scripts Business Logic, Database Access, Routing Logic Java source filesBusiness Logic Implementation ILOG JRules Rule Builder Project and XML FilesBusiness Rules Validation Implementation HTML, XHTML and CSS FilesGUI Interface static files and Stylesheet definitions source code JSP and XSTL FilesDynamic GUI generation source code JavaScript FilesDynamic web pages - Adhoc Reports GUI, FPDS-NG web pages XML Extracts of all Informatica schema, reports, and security privilegesInformatica Reports Implementation Apache Ant scriptscompile and build the software with appropriate dependency based sequencing Database and Application Server configuration filesRuntime Configurations: Database scripts, J2EE framework EJB, JSP, Web Page definitions and configurations Shell scriptsApplication and database server startup / shutdown scripts 5. SECURITY & NON DISCLOSURE The contractor shall adhere to all security-related laws, requirements and regulations that bind the government. Prior to access, the Independent Reviewer will be required to execute a Non Disclosure Agreement with the current FPDS Contractor and will not be permitted to bid for, or otherwise perform, additional services related to the FPDS-NG system until the expiration of the current contract No. GS00M03PDC0004, which is anticipated for FY 2010. 6. PERIOD OF PERFORMANCE The period of performance shall be 6 weeks from date of award 7. TYPE OF CONTRACT The government anticipates issuing a Firm Fixed Price contract. 8. PERFORMANCE MEASURES The contractor’s performance and final report will be measured in accordance with the following standards: Performance MeasuresQuality Expectations a) CompletenessDeliverables will be 100% complete. b) AccuracyDeliverables will be 100% accurate and provide a sound recommendation to enable the government to reach its objective. c) EffectivenessAll deliverables must contribute to the overall success of the Task. d) TimelinessAll deliverables will be on time and within schedule. e.) CommunicationCommunication with client/customers is professional. 9. PLACE OF PERFORMANCE Access to the code itself will be at the current vendor’s facility, Global Computer Enterprises, Attn: Nancy Gunsauls, 10780 Parkridge Boulevard, Suite 300, Reston, Virginia. The Government anticipates a single award resulting from this solicitation. Each proposal shall consist of two volumes. Each volume shall be in English and marked with the Solicitation number, title, and offeror’s name. Volume 1, the Technical Proposal is limited to 15 pages with a minimum 12-point font size text with no reduction permitted except in organization charts or other graphic illustrations and page margins of at least 1 inch on the top, bottom and sides. In those instances where reduction is allowable (no smaller than 10 point reduction recommended), offerors shall ensure that the print is easily readable. The resumes and Past Performance Summaries are not included in the 15-page limitation. The resumes are limited to no more than two pages. If an Offeror’s Technical Proposal exceeds the 15 -page limitation, only the first 15 pages will be distributed to the evaluation team. Volume 1 –Technical Proposal following two sections: Performance Technical Approach; Quality Assurance Plan (QAP). Technical Approach - The offeror shall describe its approach to meeting the objectives of this requirement. At a minimum, the technical approach must describe: 1.1.1.1. Past Performance of professional staff - Key personnel must demonstrate prior experience in completing similar reviews and results of those reviews. 1.1.1.2. Corporate Experience – Assess the corporate experience of the offeror with respect to projects similar in scope, size, complexity and relevant subject matter expertise to work described herein. Include no more than three past performance examples and include only those in which proposed key personnel had a substantial role.1.1.1.3. Management – Offeror’s proposed approach to planning and work scheduling, including how the offeror will ensure that work moves through the various stages in a timely manner, that contract requirements are completed on schedule, and that quality is maintained. Quality Assurance Plan: Offerors shall propose a Quality Assurance Plan (QAP). See the description of this document at step 5 of the Seven Steps to Performance-Based Services Acquisition at http://www.acqnet.gov/comp/seven_steps/library2.html. The QAP shall address how the offeror will meet or exceed the quality expectations identified in the PWS, titled: 8. Performance Measures. The offeror shall describe how problems are identified, tracked, escalated, if needed, and resolved; how resolutions are fed back to the appropriate entities; and how feedback is used to improve contract performance..Volume 2 shall contain the following: Prices shall include all related costs and all discounts. All ODCs must be shown separately in the pricing The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: FACTOR A Past Performance of Professional staff FACTOR B: Corporate experience FACTOR C: Management and Price. Technical and past performance, when combined, is significantly more important than cost and price. However, between proposals that are evaluated as technically equal in quality, price will become a major consideration in selecting the successful Offeror. The Government intends to evaluate proposals and make award without discussions. The Government reserves the right to choose not to accept any of the proposals. The following clauses apply: FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, 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. The FAR clauses in 52.212-5 applicable to this acquisition are: FAR 52.203-6, Restriction on Subcontractor Sales to the Government; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.222-41, Service Contract Act; and FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. All responsible sources that can meet the requirements may respond to this solicitation by submitting a proposal addressed to Diane P. Taylor, Contracting Officer, General Services Administration, Office of Management Services, 1800 F Street, N.W., Room G-241, Washington, DC 20405, to be received no later than July 26, 2008 at 2:00pm. Responses can be emailed to diane.taylor@gsa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d90071ee3bb46ff8f65d9af3a39d3b82&tab=core&_cview=1)
 
Document(s)
pws
 
File Name: performance work statement (PWS.pdf)
Link: https://www.fbo.gov//utils/view?id=b5e6760a1238217a16b900e543a0ae29
Bytes: 1,156.78 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Global Computer Enterprises, Attn: Nancy Gunsauls, 10780 Parkridge Boulevard, Suite 300, Reston, Virginia., Reston, Virginia, 20191, United States
Zip Code: 20191
 
Record
SN01611957-W 20080713/080711220624-d90071ee3bb46ff8f65d9af3a39d3b82 (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.