MODIFICATION
D -- BEA seeks the services of a contractor to provide a broad range of IT services including econometrice and statistical analysis, systems anlysis, design, development, testing, documentation, and implementation of both internal and external.
- Notice Date
- 7/18/2011
- Notice Type
- Modification/Amendment
- Contracting Office
- NBC - Acquisition Services Directorate 381 Elden Street, Suite 4000 Herndon VA 20170
- ZIP Code
- 20170
- Solicitation Number
- D11PS19079
- Response Due
- 7/27/2011
- Archive Date
- 7/17/2012
- Point of Contact
- Michael McGuire Contract Specialist 7039643622 mike.mcguire@aqd.nbc.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 3 - Below is the Government's response to Contractor questions. Question 1. Who is the incumbent?Response: Metzger Consulting Inc.Question 2. Is the incumbent still qualified as small business and is eligible to submit for this proposal? Response: Yes, the incumbent is still a qualified small business and is eligible to submit a quote.Question 3. What is Client onboarding expectation? What are the expectations of new vendor? Is the new vendor required to hire the current staff of incumbent or replace with their own employees? Response: It is the Contractor's responsibility to quote the appropriate staff to meet the Government's needs. The Bureau of Economic Analysis (BEA) expects little or no break in the on-going support and delivery of the IT services required, due to the criticality and mission importance of those IT services.Question 4. What types of software expertise are being sought in this RFP? Response: This is detailed in Section's 2.3 and 2.4 in the SOW/RFQ as follows:[2.]3. Requisite Technical CapabilitiesTo be effective and efficient (i.e., timely) at providing the support necessary under this effort, the Contractor must have prior experience and strong expertise using the following tools and technologies that are part of BEA's Technical Reference Model(TRM): web-based application development on the Microsoft IIS platform, Active Server Pages (ASP),.NET framework, ColdFusion, Microsoft SQL Server 2005/2008 Enterprise Edition, XML, Java, JavaScript, Microsoft Visual Studio (VB, C++, C#), FAME, AREMOS, and FORTRAN. [2.]4. Requisite Functional ExperienceBEA has utilized a number of contractors over the last 10 to 15 years to provide the types of applications development services and support as described in this SOW. Based on the successes and failures of these prior contractual engagements, BEA has determined that due to the unique nature of developing and supporting applications that process economic accounts and socio-economic statistics, the Contractor shall be required to have significant prior experience with at least one of the primary agencies of the Federal statistical system, which include BEA, Census Bureau, and the Bureau of Labor Statistics. Conversely, prior experience with other Federal agencies and/or the banking/HR/payroll arenas has not been indicative of success in BEA's unique data processing environment. Specific areas of Contractor expertise that will ensure continuity, quality and timeliness of required IT services needed to support the BEA IT modernization effort include (1) proven experience writing programs in the Balance of Payments Rules Language (BPRL - a BEA-developed language for processing the BP accounts); (2) proven experience developing systems to process complex econometric calculations in SQL utilizing multi-dimensional tree and graph processing; and (3) proven experience developing metadata-driven systems in a relational database management system (RDBMS). Question 5. Are the requested services remote or on-site or both? Response: Both. As should be noted in the SOW/RFQ:The primary place of contract performance will be at the Bureau of Economic Analysis, 1441 L Street NW, Washington, DC 20230. When it is advantageous to the Government for the Contractor's work to be performed at another location, arrangements will be made in advance and authorized by the COTR in writing. The Government will not reimburse the Contractor for travel expenses to, or parking at BEA. When the Government facility is closed due to off-hours, inclement weather, emergency, or other reason, the Contractor shall not work unless authorized by the COTR in writing. Contractor personnel are expected to conform to BEA's normal weekday operating hours of 8:00 AM to 5:00 PM with the exception of Federal holidays and other administrative Government shutdowns. Other tours of duty may be arranged between the Contractor and the BEA project manager on an as-needed basis. The Contractor may be required to perform activities such as critical upgrades outside normal operating hours to minimize disruption of BEA's estimates production. Question 6. What is the programming language and COTS products used? Response: See response to Question 4 above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e254804deaffc926def8ca03aea1ed8a)
- Place of Performance
- Address: Washington, DC
- Zip Code: 20230
- Zip Code: 20230
- Record
- SN02501722-W 20110720/110718235815-e254804deaffc926def8ca03aea1ed8a (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 |