MODIFICATION
70 -- Bar code accountable mail tracking system
- Notice Date
- 8/11/2009
- Notice Type
- Modification/Amendment
- Contracting Office
- Peace Corps, Office Of Acquisitions And Contract Management, OACM, 1111 20th Street, N.W., Room 4416, Washington, District of Columbia, 20536
- ZIP Code
- 20536
- Solicitation Number
- PC-09-Q-017
- Archive Date
- 9/8/2009
- Point of Contact
- Jeffery C Bradley, Phone: (202) 692-1622
- E-Mail Address
-
jbradley@peacecorps.gov
(jbradley@peacecorps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Peace Corps is soliciting bids to purchase an accountable, bar code, mail tracking system. The system and its specifications is as follows: PART I – THE SCHEDULE SECTION B – SUPPLIES OR SERVICES AND PRICES B 1. Pricing for supplies and services as described in the Statement of Work – Specifications of this document. CLIN DescriptionQtyUnitUnit PriceTotal Price 0001Accountable, automated, internal mail tracking system 1 Lot___________________ 0002 Base Year Hardware Maintenance service12Mo___________________ 0003 Base Year Software Licensing and support12Mo___________________ 1002 Option Year 1 Hardware maintenance service12Mo___________________ 1003 Option Year 1 Software Licensing and support12Mo___________________ 2002 Option Year 2 Hardware maintenance service12Mo___________________ 2003 Option Year 2 Software Licensing and support12Mo___________________ 3002 Option Year 3 Hardware maintenance service12Mo___________________ 3003 Option Year 3 Software Licensing and support12Mo___________________ 4002 Option Year 4 Hardware maintenance service12Mo___________________ 4003 Option Year 4 Software Licensing and support12Mo___________________ CLIN 0001 is deliverable 30 days from date of award. CLINs 0002 and 0003 are deliverable for twelve (12) months from the expiration of the Warranty Period. CLINs 1002 and 1003 are deliverable for twelve (12) months from the of the expiration of CLINs 0002 and 0003. CLINs 2002 and 2003 are deliverable for twelve (12) months from the of the expiration of CLINs 1002 and 1003. CLINs 3002 and 3003 are deliverable for twelve (12) months from the of the expiration of CLINs 2002 and 2003. CLINs 4002 and 4003 are deliverable for twelve (12) months from the of the expiration of CLINs 3002 and 3003. SECTION C – STATEMENT OF WORK – SPECIFICATIONS PART I GENERAL INFORMATION 1.1 Description of Supplies/Services Introduction: The contractor shall provide the application and hardware peripherals to provide an accountable barcode tracking system and maintenance for the same. 1.2 Background: The Peace Corps has a medium scale receiving operation for accountable and traceable packages within the headquarters operation. It is agreed that the manual operation is no longer viable and new technologies must be acquired to automate this process. The system desired should provide all the features and capabilities to comply the specifications set forth in Section C of this document, and provide local, accountable mail tracking. In addition, this system should provide all necessary functions to enable mail room operations to achieve additional operational savings for the Federal Government. 1.3 Objective: The purpose of this contract is to obtain the most modern, web-based tracking system solution for U.S. Peace Corps to use in administering mail room functions. The Accountable Mail Tracking System contractor shall provide an accountable mail barcode tracking system suitable for processing all possible commercial and governmental mail. 1.4 Scope: The Peace Corps sends and receives items from various units throughout the world, including headquarters, sub-agency, field units, commercial and public customers, and regional offices. The Peace Corps processes millions of pieces of mail annually. As a result, the equipment type and maintenance program must ensure that Peace Corps can sustain operations for all possible scenarios. The handling and processing of accountable items is a collateral duty shared by many different personnel and Peace Corps relies on the vendor to provide automation solutions that are web-based as well as Section 508 Compliant, which is mandated as part of the American Disabilities Act. This is necessary to give us the most user-friendly systems, to assist our operators, to minimize errors and to conform to mail delivery standards. 1.5 Period of Performance: Equipment, software, hardware peripherals shall be installed within thirty (30) days of date of contract award. All licenses, to include software maintenance and maintenance support, shall be effective from the date of system installation. Optional maintenance agreements shall commence from the expiration of system warranties or from the date the system is accepted by the COTR and remain in effect for twelve (12) months thereafter. Maintenance agreements apart from the initial warranty period will be continued at the Government’s option for four (4) additional twelve (12) month periods. Training will be completed within five (5) business days from date of system delivery and installation. PART II DEFINITIONS AND ACRONYMS Contracting Officer’s Technical Representative (COTR) - A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor DAA - Designated Approval Authority Defective Service. A service output that does not meet the standard of performance associated with it in the Performance Work Statement. ISS – Internet Security Scan LAN – Local Area Network PART III GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES None PART IV CONTRACTOR FURNISHED ITEMS AND SERVICES 4.1 General: The contractor shall furnish all required items and services to perform this Statement of Work – Specifications. PART V SPECIFICATIONS AND SERVICES 5.1 Basic Supplies and Services: The contractor shall provide an accountable mail barcode tracking system, licenses, training and maintenance support. 5.2 Specifications: The overall accountable barcode tracking system shall be capable of performing the following functions: 5.2.1 Receive, verify, assign, signature capture and record all bar-coded mail pieces 5.2.2 Create delivery manifests both electronically and on hard copy paper 5.2.3 Assign barcodes to accountable items that need a tracking barcode to be attached 5.2.4 Archive historical data 5.2.5 Provide custom fields, custom screens, and a minimum of 10 user-programmable fields 5.2.6 Present location data - where the item is at the time of inquiry 5.2.7 Design custom field and custom label 5.2.8 Import the Peace Corps Location/Employee Directory periodically 5.2.9 Generate management reports by any date range or search criteria 5.2.10 Date and time stamp all records regarding the accountable items 5.2.11 Fully integrate within the current, existing Windows XP Pro environment 5.2.12 Apply uniform configuration throughout the Peace Corps Mail Center 5.2.13 Generate alerts and/or e-mail notifications by any date range or search criteria 5.2.14 Customize the screens, features, and access by using permissions and passwords 5.2.15 Conduct eight hours (1 day) of operator training for authorized users. The actual amount of required training time will depend on the vendor’s training plan/schedule. 5.2.16 All equipment provided must be new. Used or remanufactured equipment is not acceptable. 5.2.17 All new or additional workstations, software applications, hardware and training must be deployable within twenty-four (24) hours. Vendors must meet this deadline for full deployment. 5.2.18 Contractor shall offer refresher training to Peace Corps during the base and all four (4) option years. 5.2.19 All security, maintenance, updates and support of the systems should be provided via remote support. Vendor bids of the tracking system must offer on-line support and maintenance. This gives us immediate response times and is a necessary requirement. 5.2.20 All transaction data is automatically backed up in real time throughout the entire day and all version updates are to be completed automatically overnight. The tracking system cannot share application databases at multiple locations. The system is to provide multiple databases while no other locations share or have access to it. 5.2.21 The package tracking system that is provided needs to come with Section 508 Compliance, which is mandated as part of the American Disabilities Act. 5.2.22 All prospective vendors must fill out and include responses to the Section 508 Voluntary Product Accessibility Template attachment. See SECTION J – List of Documents, Exhibits and Other Attachments. 5.3 Central Receiving: 5.3.1 One work station shall handle approximately 370 – 440 mail pieces on average, per day. 5.3.2 All mail pieces shall be electronically verified and scanned at the mail center. 5.3.3 Digital scanning and/or pictures of the item are optional. Taking a digital picture of the front of the mail piece which will capture the date stamp along with other critical data is optional. 5.3.4 The central receiving workstation shall interface via high speed internet access to the systems in the accountable mail section. 5.4 Mail Center Area: 5.4.1 Mail center workstations require access to real time and archived tracking data. Data must be searchable by tracking number only and by name, assigned tracking number, delivery point and location. 5.4.2. Access to the accountable mail tracking system shall be provided to a minimum of one (1) mail center workstation. 5.5 Accountable Mail Section With Complete Systems: 5.5.1 Accountable items shall be electronically verified at each movement of the packages from holding, to research, to transfer, and ultimately the time of actual delivery to the designated delivery spot. 5.6 Reports: 5.6.1 All standard reports must be available through the system. Required reports include, but are not limited to: Package history Attempted delivery Date and time Operator productivity Search screen Cumulative totals of all processes throughout the system 5.6.2 The system must be able to export the data into other compatible programs. 5.7 Licenses: 5.7.1 If licenses are required to operate the system the contractor shall provide all licenses necessary to operate the system. The minimum licenses which may be required include, but are not limited to: Tracking System Research Licenses – Allows employees to search for an item. Tracking System Call Center Licenses - Allows employees to search for an item. Tracking System Dispatch Licenses – Allows dispatchers to assign item pick-ups. Tracking System Management Licenses – For access by Q&A managers’ stations. 5.8 Tracking System Installation Services: 5.8.1 The contractor shall provide initial system set-up. 5.8.2 The contractor shall provide initial system training. 5.9 System Maintenance: 5.9.1 The contractor shall provide a hardware maintenance subscription from the expiration of the warranty period for the duration of the contract. 5.9.2 The contractor shall provide a software maintenance subscription from the expiration date of the warranty for the duration of the contract. 5.9.3. The contractor shall provide normal and off-hours of operation customer support for problem resolution. 5.10 Security Requirements: C.10.1FAR 52.224-2 Privacy Act (April 1984) (a) The Contractor agrees to— (1) Comply with the Privacy Act of 1974 (the Act) and the Peace Corps rules and regulations issued under the Act in the design, development, or operation of any system of records on individuals to accomplish an agency function when the contract specifically identifies— (i) The systems of records; and (ii) The design, development, or operation work that the contractor is to perform; (2) Include the Privacy Act notification contained in this contract in every solicitation and resulting subcontract and in every subcontract awarded without a solicitation, when the work statement in the proposed subcontract requires the redesign, development, or operation of a system of records on individuals that is subject to the Act; and (3) Include this clause, including this paragraph (3), in all subcontracts awarded under this contract which requires the design, development, or operation of such a system of records. (b) In the event of violations of the Act, a civil action may be brought against the agency involved when the violation concerns the design, development, or operation of a system of records on individuals to accomplish an agency function, and criminal penalties may be imposed upon the officers or employees of the agency when the violation concerns the operation of a system of records on individuals to accomplish an agency function. For purposes of the Act, when the contract is for the operation of a system of records on individuals to accomplish an agency function, the Contractor is considered to be an employee of the agency. (c)(1) “Operation of a system of records,” as used in this clause, means performance of any of the activities associated with maintaining the system of records, including the collection, use, and dissemination of records. •This includes all tasks indicated in this Statement of Work (2) “Record,” as used in this clause, means any item, collection, or grouping of information about an individual that is maintained by an agency, including, but not limited to, education, financial transactions, medical history, and criminal or employment history and that contains the person’s name, or the identifying number, symbol, or other identifying particular assigned to the individual, such as a fingerprint or voiceprint or a photograph. •This includes all records provided to the Contractor under this Statement of Work (3) “System of records on individuals,” as used in this clause, means a group of any records under the control of any agency from which information is retrieved by the name of the individual or by some identifying number, symbol, or other identifying particular assigned to the individual. C.10.2 FAR 52.239-1 Privacy or Security Safeguards (August 1996) (a) The Contractor shall not publish or disclose in any manner, without the Contracting Officer’s written consent, the details of any safeguards either designed or developed by the Contractor under this contract or otherwise provided by the Government. (b) To the extent required to carry out a program of inspection to safeguard against threats and hazards to the security, integrity, and confidentiality of Government data, the Contractor shall afford the Government access to the Contractor’s, and its Subcontractors’ facilities, installations, technical capabilities, operations, documentation, records, and databases. This program of inspection may include evaluation of the security posture of Contractor and Subcontractor systems and facilities by a contractor acting on behalf of Peace Corps for the sole purpose of conducting such inspections. (c) If new or unanticipated threats or hazards are discovered by either the Government or the Contractor, or if existing safeguards have ceased to function, the discoverer shall immediately bring the situation to the attention of the other party. C.10.3FAR Part 39.105 Privacy, the contractor must guard against the following anticipated threats and hazards that could affect the confidentiality, integrity or availability of the Peace Corps information covered by this contract: •Unauthorized access to the information, either by Contractor employees or subcontractors, or by external parties •Unauthorized change or modification to the information either by Contractor employees or subcontractors, or by external parties •Theft, loss or compromise of the information either by Contractor employees or subcontractors, or by external parties C.10.4FAR Part 39.105, Privacy, the contractor shall provide the safeguards for a low Impact system, described in National Institute of Standards (NIST) Special Publication (SP) 800-53, Recommended Security Controls for Federal Information Systems and Organizations, NIST SP 800-53 is available online at http://www.csrc.nist.gov. C.10.5 Personnel and Physical Access Security Requirements •All Contractor and Subcontractor personnel shall meet Peace Corps requirements for access to sensitive information prior to working with Peace Corps information. •In compliance with Homeland Security Presidential Directive 12 (HSPD-12), Peace Corps will conduct background checks of all new contractor employees to verify their suitability for access to Peace Corps information, and, if necessary, physical access to Peace Corps facilities. If a proposed contractor employee has an active security clearance granted by another Federal agency, which can be verified through Office of Personnel Management’s Clearance Verification System, and the contractor employee was processed via HSPD-12 Personal Identity Verification procedures, the proposed contractor employee will normally not have to be re-investigated. •Contractor employees will be required to complete a security questionnaire and fingerprints cards at least 14 days prior to the date that they expect to begin work. Pending the submission of these documents, Peace Corps’ Office of Safety and Security (SS) will conduct pivotal records checks, including those of the credit bureau and national law enforcement agencies. Following the receipt of the results of those inquiries, a determination will be made as to whether or not the contractor employee should be given interim access to Peace Corps information/facilities while the remainder of the investigation is completed. If a favorable determination is made, SS will grant interim access. The contractor employee shall abide by all security requirements of the Agency for access to information and/or facilities, including use of accounts, wearing of badge, evacuation plans, etc. •Upon the favorable adjudication of the completed investigation, the contractor employee’s status will be changed from interim to final. If however, during the course of the investigation, an issue is discovered that could impact on granting final unescorted access status, the contractor employee will be barred from unescorted access to Peace Corps information/facilities until the precipitating issue can be resolved. •If for any reason, at the sole discretion of the Peace Corps, the Office of Safety and Security denies a contractor employee final unescorted access to information or facilities, the contractor shall immediately assign a replacement resource with similar qualifications to provide the required services. The replacement employee will be subject to the procedures outlined above. •At the end of contractor employee’s performance for the Peace Corps, whether at the end of the contract or during the period of performance, the contractor employee shall turn in his/her Peace Corps issued identification badge and all individually issued government furnished equipment to COTR prior to departure. The applicable Peace Corps Staffing Analyst for the COTR will promptly remove the contractor employee from software tracking systems such as e-mail, Personnel Tracking System (PTS), etc. •On a regular basis throughout the contract, the Contract Manager will advise the COTR of changes in contractor employee status, especially in cases of termination for cause or other circumstances that may present a threat to agency information, information systems, or facilities •Contractor shall ensure this clause is incorporated into all subcontracts associated with their work under this task. C.10.6All Contractor and Subcontractor personnel shall complete Peace Corps Security Awareness Training prior to working with Peace Corps information; C.10.7.Contractor questions on information security policies, procedures, or standards should be referred to the COTR. C.10.8 At the conclusion of the contract, Contractor shall provide a complete archive copy of all Peace Corps information created or updated under this contract; files will be in an agreed-upon format to support use and manipulation by commercial off-the-shelf office automation products independent of this contract and any proprietary applications of the contractor PART VI APPLICABLE PUBLICATIONS: None TECHNICAL EXHIBIT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. SOW PARA Performance Objective Standard Acceptable Level of Performance Surveillance Method/Measure Remedies 5.9.1The contractor shall provide a hardware maintenance subscription from the expiration of the warranty period for the duration of the contract. Provide support and services as required by the maintenance agreement. Deliver required support complete, timely, and to the satisfaction of the Government.Periodic surveillance. Require Contractor to take necessary action to ensure terms of the agreement are met. Any damage caused to the systems due to neglect or non-adherence to the service agreement may result in a monetary deduction from the service invoice. If the contractor does not adhere to the terms of the agreement, the agreement may be terminated. 5.9.2The contractor shall provide a software maintenance subscription from the expiration date of the warranty for the duration of the contract. Provide support and services as required by the maintenance agreement. Deliver required support complete, timely, and to the satisfaction of the Government.Periodic surveillance. Require Contractor to take necessary action to ensure terms of the agreement are met. Any damage caused to the systems due to neglect or non-adherence to the service agreement may result in a monetary deduction from the service invoice. If the contractor does not adhere to the terms of the agreement, the agreement may be terminated. 5.9.3.The contractor shall provide normal and off-hours of operation customer support for problem resolution. Provide customer support as required and/or necessary. Deliver required support within 24 to 48 hours from service request. Periodic surveillance. Customer complaint actions. TYPES OF SURVEILLANCE THE GOVERNMENT MAY USE AT ITS DISCRETION: RANDOM SAMPLING: APPROPRIATE FOR FREQUENTLY RECURRING TASKS. EVALUATE RANDOMLY SELECTED SAMPLES OF THE LOT TO DETERMINE THE ACCEPTABILITY OF THE ENTIRE LOT. RANDOM INSPECTION GUIDE, METHOD OF SURVEILLANCE, LOT SIZE, SAMPLE SIZE, PERFORMANCE REQUIREMENT, SAMPLING PROCEDURE, INSPECTION PROCEDURE 100 PERCENT INSPECTION: APPROPRIATE FOR TASKS THAT OCCUR INFREQUENTLY. INSPECT AND EVALUATE PERFORMANCE EACH TIME TASK IS PERFORMED PERIODIC SURVEILLANCE: EVALUATION OF SAMPLES SELECTED ON OTHER THAN 100% OR STATISTICALLY RANDOM BASIS. (I.E. MONTHLY, QUARTERLY, SEMI-ANNUALLY ETC.) VALIDATED CUSTOMER COMPLAINT: COMPLAINTS MUST BE VALIDATED. SECTION D - Packaging and Marking D1. Packaging and Marking Preservation, packaging, packing and marking for shipment or mailing of all work delivered hereunder shall be in accordance with good commercial practice and adequate to ensure acceptance by common carrier and safe transportation to the destinations at the most economical rate(s). The Contractor shall have the necessary insurance needed to cover damages and loss due to shipping. D2. Delivery All items necessary to complete the system being purchased shall be delivered FOB Destination. Section E - Inspection and Acceptance E1. All inspection and acceptance of the services and/or supplies called for herein shall be performed by the Contracting Officer’s Representative. E2. Procedures for Inspection and Acceptance of Documentation Deliverables Procedures for inspection and acceptance of documentation deliverables and labor services are as follows, unless modified in an individual Task Order (TO) request: -The Government will provide written acceptance or rejection, notification, comments, and/or change requests, if any, within fifteen (15) working days from receipt by the Government, of all required contract deliverables. Any notifications of rejection will be accompanied by specific reason(s) for rejection. -Upon receipt of the Government comments, the Contractor shall have fifteen (15) working days to rectify the situation and re-submit the contract deliverable(s) if it is not a "draft" deliverable. If it is a "draft" deliverable, the Contractor shall rectify the situation before the next scheduled submission of this deliverable(s). -The Government will review and verify that the original problem(s) has (have) been resolved with the contract deliverable(s) as re-submitted. If this is a re-submission of a final deliverable, the Government will provide the Contractor with written notice of acceptance/rejection or request for extension within fifteen (15) working days after receipt of each re-submitted final deliverable. Procedures for inspection and acceptance of equipment/software deliverables are as follows, unless modified in an individual Task Order (TO) request: -The Government will provide written acceptance or rejection, notification, comments, and/or change requests, if any, within three (3) working days from receipt by the Government, of all required contract deliverables. Any notifications of rejection will be accompanied by specific reason(s) for rejection and resolution steps. -Upon receipt of the Government comments, the Contractor shall have fifteen (15) working days to rectify the situation by either re-ordering the contract deliverable(s) or canceling the order. Section F - Deliveries and Performance F1. TERM OF THE CONTRACT The Contract shall be in force for a base period of one year, with four, one-year options, as follows: Base Period: CLIN 0001 Deliverable within thirty (30) days from date of award to: Jeffrey Lane 1111 20th Street NW Washington DC 20526-0001 CLINs 0002 and 0003 From expiration date of the warranties to the twelfth month from contract award CLINS 1002 through 4003 Annually renewable four (4) times on the of the expiration of the previous year’s CLINs for a period not to exceed 5 years total. 2. 52.217-9 Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 5 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. If the Government exercises this option, the extended contract shall be considered to include the option. The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. F2. Type of Contract This contract will be awarded on a firm-fixed price basis. F3. Deliverables The Contractor shall provide all deliverables (including, but not limited to: reports, inventory lists) in accordance with the requirements shown in this section and elsewhere in the contract. F6. Reports All reports provided for under this contract are due at the time and in the manner specified in SECTION C – Statement of Work of this contract. SECTION G – CONTRACT ADMINISTRATION INTENTIONALLY LEFT BLANK SECTION H – SPECIAL INSTRUCTIONS Use of Peace Corps Name and Logo (November 2008) The Contractor shall make no publicity announcements or issue other public relations or promotional materials mentioning the Contractor’s connection with Peace Corps without first consulting with the Contracting Officer. Further the Contractor shall not use the Peace Corps name and/or logo in conjunction with, or proximity to, the Contractor’s logo, trademark, trade name or facsimile thereof (co-branding) without the advance written concurrence of the Contracting Officer. SECTION I – CONTRACT CLAUSES FEDERAL ACQUISITION REGULATION CONTRACT CLAUSES 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations – Representation (July 2009) 52.212-4 Contract Terms and Conditions—Commercial Items (SEPT 2005). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (APR 2008). (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). _X_ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). _X_ (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (17) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). _X_ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). _X_ (25)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). _X_ (28) 52.225-1, Buy American Act—Supplies (June 2003) (41 U.S.C. 10a-10d). _X_ (36) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). _X_ (39) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. SECTION J – LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS VPAT™ Voluntary Product Accessibility Template® Version 1.3 The purpose of the Voluntary Product Accessibility Template, or VPAT, is to assist Federal contracting officials and other buyers in making preliminary assessments regarding the availability of commercial "Electronic and Information Technology" products and services with features that support accessibility. It is assumed and recommended that offerors will provide additional contact information to facilitate more detailed inquiries. The first table of the Template provides a summary view of the section 508 Standards. The subsequent tables provide more detailed views of each subsection. There are three columns in each table. Column one of the Summary Table describes the subsections of subparts B and C of the Standards. The second column describes the supporting features of the product or refers you to the corresponding detailed table, "e.g., equivalent facilitation." The third column contains any additional remarks and explanations regarding the product. In the subsequent tables, the first column contains the lettered paragraphs of the subsections. The second column describes the supporting features of the product with regard to that paragraph. The third column contains any additional remarks and explanations regarding the product. The template is located at: http://www.access-star.org/ITI-VPAT-v1.3.html SECTION K – REPRESENTATIONS AND CERTIFICATIONS Offerors must complete the information required in FAR 52.212-3 Offeror’s Representations and Certifications SECTION L - INSTRUCTIONS TO OFFERORS Offeror’s must conform to the requirements of 52.212-1 Instructions to Offerors—Commercial Items. Proposals shall be submitted in two (2) parts: 1. Price proposal. Offeror shall submit a price proposal in the format provided in SECTION B – Supplies, Services and Specifications. An explanation shall be provided for any item not bid or bid at $0. 2. Technical Proposal. Offeror shall submit a comprehensive technical proposal in sufficient detail to allow an accurate evaluation of how the proposed system will satisfy the requirements of SECTION C – Statement of Work. a. The offeror shall provide a detailed description of the maintenance approach as it pertains to : •All costs associated with full on-site customer service •All costs associated with full system software updates •All costs associated with full operator training •All costs associated with delivery, installation, and set-up •Annual fees for all components of the system to be supported, monitored and integrated •Remote telephone support for troubleshooting and repairs •Repair and/or replacement of hardware and peripheral items within 24 hours •Providing each location with a hardcopy of the appropriate User’s Guide & Manual •Providing the name, address and telephone number for each of the contractor’s local service locations. (3) Past Performance: Offerors shall include three references which can be contacted for past performances. Offerors will be evaluated primarily on the extent and quality of past performance in providing products and services, similar in scope, complexity of work, quality of services, timeliness of performance, ease of use and price. The references shall include: (a)The name of the company or organization from which the reference is coming. (b)The contract number and dates the contract is/was in effect. (c) Dollar value of the contract. (d) Detailed description of the product and services provided. (e)A currently available point of contact at the referring company/organization to include name, telephone number, e-mail address, and position title. (f)The number, type, frequency duration and impact of any quality, delivery or cost problems in performing the contract, the corrective action taken, if any, and the effectiveness of the corrective action. SECTION M – EVALUATION FACTORS FOR AWARD 1. 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. If, after evaluation it is deemed that there are no acceptable offers the Peace Corps may cancel this solicitation at no cost to the government. The Peace Corps will use the following factors listed in order of descending order of importance, to evaluate offers. (a)Technical merit. How well does the proposal meet or exceed the requirements stipulated in the Statement of Work (SoW). Digital Equipment must meet all PEACE CORPS information security requirements. (b) Past Performance. Offerors will be evaluated primarily on the extent and quality of past performance in providing products and services, similar in scope, complexity of work, quality of services, timeliness of performance, ease of use and price. (c) Price. Offerors shall propose a fixed price for all elements as described in this RFQ. 2. Options. The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the options. 4. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/PC/OPBF/OC/PC-09-Q-017/listing.html)
- Place of Performance
- Address: Peace Corps, 1111 20th Street, NW, Washington DC 20526, Washington DC, District of Columbia, 20526-0001, United States
- Zip Code: 20526-0001
- Zip Code: 20526-0001
- Record
- SN01908101-W 20090813/090812002015-16043bcbaccee83745359fc966631d63 (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 |