Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2009 FBO #2905
SOURCES SOUGHT

D -- SharePoint Integrators - Attachment A - Corporate Experience - Attachment B - Position Descriptions

Notice Date
11/5/2009
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, District of Columbia, 20510-7207
 
ZIP Code
20510-7207
 
Solicitation Number
SAA-2010-002
 
Archive Date
12/10/2009
 
Point of Contact
Corazon R. Carag,
 
E-Mail Address
acquisitions@saa.senate.gov
(acquisitions@saa.senate.gov)
 
Small Business Set-Aside
N/A
 
Description
SharePoint Personnel Descriptions SharePoint Matrix (Attachment A - Corporate Experience) THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY TO PRE-QUALIFY VENDORS. ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT THEIR QUALIFICATIONS IS CONTAINED HEREIN. 1. INTRODUCTION The United States Senate Office of the Sergeant at Arms (SAA) is seeking highly qualified sources for multiple awards of Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts to provide design, development and deployment of information management systems employing Microsoft SharePoint 2007(SharePoint) for United States Senate Senator and Committee offices (internal systems only). 2. SCOPE The Senate will award IDIQ contracts to those vendors the Senate concludes are qualified to execute the work to be issued under Task Order Proposal Requests (TOPRs) for individual Senate Offices. The Contractor shall assist Senate offices (individual Senator or Committee) with the needs analysis related to the implementation of a SharePoint system. The Contractor shall work with the Senate offices to inform the office of the capabilities of the SharePoint products, conduct a needs analysis, and prepare a deployment plan. If the Senate Office decides to pursue a SharePoint deployment, a separate TOPR will be issued to the Contractor who performed the needs analysis. Specific requirements for the Contractor are below. 3. REQUIREMENTS a. Extensive experience designing SharePoint installations applications incorporating existing user data including text and media files. b. A staff of multi-disciplined SharePoint design and development professionals. c. Extensive administrative experience with Windows IIS, MS SQL, ASP/.Net and SharePoint. d. Experience implementing SharePoint installations in a legislative environment. e. Extensive experience in training client staff in the administration and use of SharePoint. f. A fully-staffed support department with incident management and support procedures capable of responding within four (4) hours to requests for service. 4. RESPONSE INSTRUCTIONS The Vendor shall provide the following: 4.1. Narrative Response A narrative response (not including graphics and screenshots) no longer than 15 pages in length which addresses each requirement, a. through f. above. Examples in the form of screenshots or sample links shall be provided as appropriate to illustrate products that demonstrate the application of knowledge, skills, and abilities. 4.2 Matrix The Vendor shall provide a completed matrix in.xls format, (see Attachment A - Corporate Experience and Attachment B - Position Descriptions to this Notice), summarizing by experience (specifically, total corporate experience, number of total staff and staff experience with those skills), and past performance information for the three most recent customers/clients which demonstrate knowledge/experience in the requirement(s) specified in 3. REQUIREMENTS above. The following information shall be provided for Past Performance: a. Organization name b. Point(s) of contact (POC) who can speak to the details of the project, the title of the POC and the phone number c. Contract number d. Project title e. Period of performance f. Short descriptions (1 to 4 sentences) of: work conducted relative to the requirements, project purpose, scope, and target audience(s); and screenshot(s) 4.3 Resumes A resume for each person identified in the matrix, see 4.2 Matrix above, shall include: a. Description of experience b. Number of years experience c. Description of projects illustrative of claimed experience d. Summary of training courses completed and certifications earned relevant to this effort e. Formal education level The SAA will qualify those contractors for receipt of an IDIQ contract based upon its evaluation of the contractor's ability to demonstrate substantial experience in SharePoint design, development and implementation with highly experienced staff. The SAA does not anticipate awarding IDIQ contracts to all contractors submitting responses to this SSN. The SAA will not conduct debriefings on the results of this qualification process based upon the anticipated volume of responses it will receive. Responses are due no later than November 25, 2009, at noon EST, and shall be submitted electronically via email only, to the attention of Cora Carag at "Acquisitions@saa.senate.gov". No other method of transmittal will be accepted. The response shall not exceed the page limitation provided herein. Pages over the indicated page limitation will be discarded. The subject line of the email message shall be "SharePoint Integrator Response". The Vendor shall provide their Tax ID and Dunn and Bradstreet number as well as the information specified above in sections 4.1 Narrative Response, 4.2 Matrix and 4.3 Resumes. Access to information in any files attached to the response is the responsibility of the submitting party. The SAA is not responsible for any failure to access information. Selection of a firm for negotiation is through an order of precedence based on demonstrated competence and qualifications necessary for the satisfactory performance of the services required, as determined by applying the following criteria: 1) Corporate Experience; 2) Technical Experience/Staffing; and 3) Past Performance. If suitable responses are received from qualified sources, the SAA anticipates notification to selected vendors in December, 2009. The period of the contract will be from the date of award through September 30, 2010, with four one-year renewal options. The Senate or the SAA will not be responsible for any costs incurred in the preparation of responses to this announcement. THIS NOTICE CONSTITUTES THE ENTIRE ANNOUNCEMENT AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR U.S. SENATE. TELEPHONE OR E-MAIL QUESTIONS OR REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/Senate/SAA/SAAFD/SAA-2010-002/listing.html)
 
Place of Performance
Address: United States SenateOffice of the Sergeant At Arms, Washington, District of Columbia, 20510, United States
Zip Code: 20510
 
Record
SN01998632-W 20091107/091105235322-4c5d6bd9aad248517e9b49cdcbbbf0a7 (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.