SOLICITATION NOTICE
D -- SAMigo, Sakai Took Support, and Open Source Portfolio (OSP) Support - Applicable Provisions & Clauses - Statement of Work
- Notice Date
- 8/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
- ZIP Code
- 20814-4799
- Solicitation Number
- HU0001-11-T-0394
- Point of Contact
- Melissa Marcellus, Phone: 301-295-3962
- E-Mail Address
-
Melissa.Marcellus@usuhs.mil
(Melissa.Marcellus@usuhs.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work for SAMigo, Sakai Tool Support, and Open Source Portfolio (OSP) Support Applicable Provisions and Clauses The Uniformed Services University of the Health Sciences (USU) includes the F. Edward Hébert School of Medicine providing a year-round, four-year curriculum similar to that found at other U.S. medical schools. Doctoral and master's degrees in the biomedical sciences and public health are awarded by interdisciplinary and department-based graduate programs within the School of Medicine (SOM). USU also includes the Graduate School of Nursing (GSN) which offers a Master of Science in Nursing degree in Nurse Anesthesia, Family Nurse Practitioner, Preoperative Nursing, Doctorate of Nursing Practice (DNP), and a Ph.D. degree in Nursing Science. The University has a growing portfolio of credit and continuing education courses. USU currently operates version 2.7 of rSmart's Sakai CLE, with the intent to upgrade to 2.8 by December 2011. Redhat 5.6 is the current operating system for all servers. Oracle 11.2.0.1.0 is used as the system's database back end, Redhat's Directory server and JASIG CAS support user authentication. USU has a requirement to develop additional question types and question pool capabilities, conduct an assessment of Lesson-like tools for replacement of Melete, and training and development for Sakai's Open Source Portfolio as detailed in the attached Statement of Work (SOW). This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This request for quotes (RFQ) for commercial items is in accordance with FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. It will be the responsibility of the offeror to check the website http://www.fbo.gov for the issuance of any amendments to the solicitation. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-53 (effective 4 August 2011). This solicitation is for full and open competition under the applicable North American Industry Classification System (NAICS) Code 541519 - Other Computer Related Services. Quotes must include pricing for each Task identified in the attached Statement of Work. See attached provisions and clauses. The Government may award one (1) or more split, single firm fixed price purchase order(s). To be eligible for award, offerors must register, or already be registered with the Central Contractor Registration (CCR) database. For more information, please see https://www.bpn.gov/ccr/default.aspx. NOTE : Although split awards are possible, all requirements for Task 2 in the SOW is not severable, and therefore, will be awarded to a single offeror. Quotes are due on or before 4:30pm EST on Tuesday, 6 September 2011. Quotes must be submitted via email to melissa.marcellus@usuhs.mil. Quotes received after this 6 September 2011 deadline, or via any means other than email will not be evaluated. Quotes must contain a cover sheet containing the solicitation number of this combined synopsis/solicitation, offeror's DUNS number, Tax ID number, and offeror point of contact. Offerors may submit questions/clarifications in reference to any areas of the solicitation/SOW. Questions/clarifications must be submitted via email to the Contract Specialist, Melissa T. Marcellus, at melissa.marcellus@usuhs.mil. Only electronic submissions of questions/clarifications will be accepted, questions/clarifications will not be discussed over the telephone. Questions/clarifications must identify the section of the solicitation/SOW to which the question pertains. Questions/clarifications will be addressed in an amendment to the solicitation. All questions/clarifications in reference to this RFQ must be submitted via email to the Contract Specialist identified above no later than 4:30pm EST on Wednesday, 17 August 2011. Any questions/clarifications submitted after 4:30pm EST on 17 August 2011, or via any means other than what is specified above, will not be answered. Award will be made to the offeror representing the best value to the Government using tradeoffs between the evaluation factors identified below. The Government is not required to award to the lowest priced offeror or to the highest technically-rated offeror. The Government may reject any quote that has been determined to be unrealistic in terms of price, when compared to the Government estimate, market research, and other offers. Quotes may also be rejected if the offeror does not display a clear understanding of the requirements in their quote. The Government will independently evaluate the administrative complexity necessary to manage and execute the offeror's quote. Offerors are encouraged to submit for the entire SOW or individual tasks. Due to the complexity of administering multiple awards, the Government may choose to select an offer from a single offeror over multiple offerors. Quotes received by the deadline of 4:30pm EST on 6 September 2011, will be evaluated using the following evaluation factors: 1. Technical Expertise - The Government will evaluate the offeror's technical expertise in the performance of SAMigo, Sakai and OSP tasks. Offerors will provide a technical quote that documents the offeror's approach to each task. The offeror will document its approach to each task and provide technical details or examples of similar work performed previously for other universities. 2. Past Performance - The Government will evaluate the offeror's present and past performance within the past three (3) years. Offerors must provide a list of all relevant contracts awarded to them within the past three (3) years. A minimum of three (3) references must be provided. The Government reserves the right to select which references to contact. The following must be provided for each listed contract: i. Name of agency and/or business and address; ii. Name of current point of contact including telephone number, e-mail address and title; iii. Contract number; iv. Contract value (before any modifications and after any modifications); v. Contract period of performance; and vi. Brief description of services provided. Offerors may provide copies of recent past performance evaluations. USU may request additional information at any time. Offerors will have an opportunity to address any adverse past performance history. Offerors who do not have any past performance history will not be rated favorably or unfavorably, but will instead receive a Neutral rating for past performance. Offerors must clearly state in their quote if they do not have at least three (3) past performance references. Failure to provide this information will render an offeror's quote non-responsive and will not be considered for award. Offerors may provide past performance surveys for subcontractors they have worked with on previous and/or current contracts; however the majority of the past performance surveys must be for the offeror. A strong history of relevant past performance may be more advantageous to the Government than a less relevant record of favorable performance. The most weight will be given to relevant past performance SAMigo development, Sakai and OSP support to medical universities/institutions. The Government reserves the right to use data provided by the offeror and data provided by alternative sources in conducting its assessment of past performance history. 3. Corporate Experience - Offerors are required to provide a narrative of their corporate experience in providing SAMigo, Sakai and OSP support in the following areas: • Configuration, modification and integration of Sakai with Oracle 11 and LDAP systems • Deliverables: With a focus on the range of previous experience. • Technical Support: With a focus on the qualifications of technical support team and how technical support is provided (emergency configuration changes, phone support, turn-around of questions, etc.) • Training: With a focus on the type(s) of training provided to customers. Offerors are required to provide examples of training conducted at other universities for OSP. Offerors are required to have Corporate Experience in all areas identified in their quote submission. 4. Price - Offerors will clearly identify by task the Firm Fixed Price (FFP) of each deliverable, to include travel costs. Offerors are not required to quote on all tasks. 5. Socio-Economic Status - Offerors must submit certifications for each small business status of program represented by the offeror. Offerors with multiple representations will be considered more advantageous to the Government. All certifications will be verified in the Online Representations and Certifications Application. Award will be made to the offeror whose offer is technically acceptable and whose Technical Expertise, Past Performance, Corporate Experience, Price and Socio-Economic Status are the best value to the Government. The Government reserves the right to award without discussions. Each offeror is urged to examine the RFQ and ensure that the submitted quote contains all necessary information, provides all required documentation, and is complete in all aspects.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/HU0001-11-T-0394/listing.html)
- Place of Performance
- Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN02519897-W 20110805/110803235104-7d6847bada5fe138c1019816278e440f (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 |