Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2011 FBO #3637
SOLICITATION NOTICE

R -- GSA Advantage! Assessment and Enhancement - Attachments

Notice Date
11/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Center for Supply Acquisitions (QSDE) & Enterprise Supply Chain Solutions (QS0A), 2200 Crystal Drive, Room 906, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
QS-RFQ-1012-001
 
Point of Contact
Deborah E. Joeckel, Phone: 2564683632
 
E-Mail Address
deborah.joeckel@gsa.gov
(deborah.joeckel@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 5 - SF 1449 Attachment B - Instructions To Offerors Attachment A - Statement of Work This is a combined synopsis/solicitation for commercial items and services prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.102, with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement along with Request For Proposal Number QS-RFQ-1012-001 constitutes the entire solicitation. Proposals are being requested and a written solicitation will not be issued. A Performance Work Statement describing the requirement is attached. This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-53. Responses are due on or before 4:00 Eastern Standard Time, December 2, 2011. The GSA Federal Acquisition Service (FAS), Enterprise Supply Chain Management Division, requires assistance in assessing FAS E-commerce requirements and assessing the current GSA Advantage! E-commerce. In early 2011, the GSA Advantage! system underwent a technology upgrade to ensure that the application suite is hosted by a robust and scalable platform. Some of the modifications included a new search engine, updated customer interface. As part of ongoing efforts to modernize core business systems, improve customer experience, reduce operations/maintenance costs, and increase operational flexibility, GSA is conducting an assessment of GSA Advantage! E-commerce website. This assessment will focus on both strategic business alignment considerations as well as a high level assessment of core capabilities. It is expected that the search functionality will be among the first assessed. This effort is to assist the Government to develop and document FAS's e-commerce vision. As part of this process, the Contractor will be expected to provide FAS leaders with insight on leading industry models for meeting e-commerce needs. Secondly, the Contract will assess the current GSA Advantage system by analyzing the current processes and key business rules, technology infrastructure, analyze the current user experience, benchmark GSA Advantage systems search results with other e-commerce sites of comparable business volume as well as analyzing the ease of accommodating new customer requirements. Lastly, the Contractor will perform a gap analysis to highlight areas of deficiencies within the GSA Advantage! System and assist the Government to develop a roadmap to transition from the current state environment to the desired state by assessing the viable strategic solution options as defined in the Performance Work Statement (see Attachment One). The expected period of performance for this effort will commence from the date of award and extend for five (5) months or twenty (20) weeks. The primary place of performance for this effort is Crystal City, VA. The Contractor can choose to work at an off-site location when interaction with GSA team members is not required. GSA intends to award a Firm Fixed-Price contract for this requirement. PROVISIONS/CLAUSES: The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-53 and are available at www.acquisitions.gov : FAR 52.212-2, Evaluation - Commercial Items (Jan 1999); FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2011), and the following additional clauses are included: FAR 52.202-1, Definitions; FAR 52.203-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011);. The following additional FAR clauses are included: FAR 52.204-7, Central Contractor Registration (Apr 2008); FAR 52.209-7, Information Regarding Responsibility Matters (Jan 2011); FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jan 2011); FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003),; FAR 52.225-25, Prohibition of Engaging in sanctioned Activities Relating to Iran - Certification (Sep 2010); FAR 52.232-1, Payments (Apr 1984); FAR 52.233-4, Applicable Law for Breach of Contract Claim; and FAR 52.239-1, Privacy or Security Safeguards (Aug 1996). The response must include the prompt payment discount terms; the Dun & Bradstreet number (DUNS), the Taxpayer Identification Number (TIN) and the Offerors Business size. The Offeror must be registered in the Government's Contractor Registry System. If Offeror is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov INSTRUCTIONS/CONDITIONS AND NOTICES TO OFFERORS: COMMERCIAL ITEMS FAR 52.212-1 Instructions to Offerors-Commercial (June 2008). The Offeror must complete the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011), have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201). Offerors shall thoroughly examine all RFQ documents and instructions. Failure to do so will be at the Offeror's risk. The Government shall not pay any Offeror for any cost or expenses associated with the preparation of their quote. Offerors submitting any proprietary or restricted information or data shall mark it as such. The Government assumes no liability for disclosure or use of unmarked information or data and may use or disclose the unmarked information or data for any purpose. Unless restricted, information and data submitted in response to this request may become subject to disclosure to the public pursuant to the provisions of the Freedom of Information Act (5 U.S.C. 551). Proposals shall set forth full, accurate, and co mplete information as required by this RFQ package (including Attachments). The penalty for making false statements in proposals/quotes is prescribed in 18 U.S.C. 1001. The only method by which any term of this RFQ may be modified is by a formal amendment to the RFQ generated by the issuing office. No other communication made at any scheduled Pre-Proposal conference (if any) or subsequent communications (if any), whether oral or in writing will modify or supersede the terms of this RFQ. The minimum offer acceptance period is 60 days after the required date for receipt of Proposals. The Government reserves the right to make a selection based upon initial proposals; therefore, Offerors should submit their best terms in their initial proposal. The Government also reserves the right to confer with Offeror(s) to clear up quote details if necessary in the Government's discretion, and may also determine to make no award. GENERAL INSTRUCTIONS: The response to the request for quote shall clearly demonstrate knowledge of the tasks and deliverables as stated in the Statement of Work, as well as convey the Vendor's capability for transforming its understanding into successful performance under the resultant contract. Simple statements of compliance without a detailed description of how compliance will be accomplished may not be considered sufficient evidence that the Vendor can meet the technical requirements. Failure to explain a Vendor's ability to meet all requirements will result in the Vendor's quote not being considered for award. Clarity and completeness of quotes is of the utmost importance. The response to the RFQ must therefore be written in a practical, clear and concise manner. Quantitative terms should be used whenever possible and qualitative adjectives should be avoided to the maximum extent possible. Individuals responsible for preparing material that may be source selection information shall mark the cover page and each page that the individual believes contains source selection information with the legend ''Source Selection Information". PROSPECTIVE CONTRACTOR QUESTIONS: All questions concerning this RFQ shall be received by Deborah Joeckel via email not later than 5:00 p.m. Eastern Standard Time, 25 November 2011, at deborah.joeckel@gsa.gov with the following subject line "Questions for GSA Advantage! Assessment and Enhancement - QS-RFQ-1012-001; Offeror's name." Questions submitted other than as stated above will not be considered for response. In posing questions, Offerors must cite the relevant section, paragraph, and page number. Questions should be written in a way that enables clear understanding of the Vendor's issues or concerns. Statements expressing opinions, sentiments, or conjectures are not considered valid inquiries and will not be receive a response. Further, Offerors are reminded that the Contracting Officer will not address hypothetical questions aimed at receiving a potential "evaluation decision." SUBMIT QUOTES TO: All proposals must be submitted to Deborah Joeckel at deborah.joeckel@gsa.gov QUOTE FORMAT: Quotes shall be submitted in an 8-1/2" X 11" format with 12 or 10 point font and should be organized to correspond with the evaluation factors listed herein. The entire offering shall not exceed 34 single sided pages. A, table of contents, and index, if included, do not count toward the page total. The page limit does not include the price proposal. All proposal information shall be provided in one of the following formats: Microsoft Word (.doc), Microsoft Excel (.xls), Microsoft Power Point (.ppt) or Adobe (.pdf) files. QUOTE CONTENT AND SUBMISSION INSTRUCTIONS: The Offeror shall submit one (1) quote electronically containing files that can be opened with standard commercial software, such as Microsoft Office. Nothing in hard copy shall be submitted; everything shall be contained in the electronic quote submitted electronically submitted and delivered to the email address listed in Instructions to Offerors, Section 4.1 (Attachment B) The quote shall be marked with the solicitation number (QS-RFQ-1012-001) and the Vendor's name. The sections will be included on the single electronic submission in such a manner as to allow them to be copied from the email system so that they may be distributed separately. Each section will be titled, appropriately, as Cover Page, SF 1449 Amendments, Strategic Capability and Approach, Past Performance/Corporate Experience, and Pricing Schedule. Each Offeror shall submit all information described below. The Offeror shall provide one (1) electronic copy of their quote submitted in five separate, clearly delineated sections as described below in (a) through (f). The pages of each section will be numbered separately. (a) Cover Page: The Cover Page is limited to two (2) pages. (b) Strategic Capability and Approach: The Strategic Capability and Approach shall describe the methodology for accomplishing each task and include a detailed plan for accomplishing all of the requirements of the RFQ. There is a twenty-five (25) page limit on the strategic capability and approach section (inclusive of text, charts, etc.). The Offeror shall identify and describe the methodology and analytical techniques to be used in fulfilling the requirements identified in the solicitation. The Offeror shall tailor the technical approach to achieve the requirements, objectives and goals as identified in the solicitation. The strategic approach shall clearly describe the following: The Offeror's strategic approach/solution for accomplishing the support services, objectives and tasks. The discussion shall clearly demonstrate the Offeror's understanding of the work to be performed and identify the strategic solution for each task including the approach, methodology, and analytical techniques to perform the requirements outlined in the RFQ, inclusive of all tasks. The Offeror shall discuss the complexity of each task area. The Offeror shall identify the quantity and mix of labor for each task. NO pricing shall be included in the technical portion. The Offeror shall map the quote to the statement of work and include milestones. The Offeror shall include their plan to timely deliver all reports and other deliverables required by this RFQ. The Offeror shall identify the management approach, techniques, and tools that the Offeror will use to accomplish the objectives and requirements identified in this solicitation. The management approach shall clearly describe their approach for providing program management support, process management and control, organizational structure, project status and cost (to include planned versus actual expenditures) reporting, program metrics and corrective actions. The Offeror's management methodology for handling lines of authority and communication, organizational structure, and problem resolution methodologies. Discuss how Contractor personnel will be held accountable for performance. The Offeror's approach to risk management during the contract from both a strategic and management perspective, and the planned actions to mitigate or eliminate risks; (c) Past Performance/Corporate Experience: There is a seven (7) page limit on the past performance/corporate experience section; a limit of five (5) pages for past performance and two (2) pages for corporate experience. The following information shall be included in the past performance/corporate experience portion: Past performance reflects the proven quality of your company's performance on specific tasks while experience relates the applicability of your company's performance in relation to the requirements of the Statement of Work. Offerors shall submit information concerning three, separate projects it has completed in the last three years for the same or similar work required by the RFQ. Commercial, state, local, and Federal Government projects may be used for purposes of this factor. Past projects discussed shall be similar in scope to the tasks outlined in this RFQ. Under no circumstances shall Offerors submit information concerning more than three projects---to do so will result in the Offeror's quote not being considered. Each past performance project will be evaluated separately, and then one combined evaluation for past performance will be given. In the extent past performance information is received on either only one or no projects, each missing past performance project will receive a neutral rating and then one combined evaluation for past performance will be given. The following shall be provided for each of the projects listed in the past performance section: the contract or project's name or number, total number of hours expended, total dollar value, the period of performance, a brief description of the work performed. The description shall demonstrate the contractor's ability, to perform the services outlined in this RFQ. The description shall also explain how the technical similarities and complexities of previous tasks compare to those outlined in the RFQ. The name, address, telephone number, fax number and email address of the COTR or client will also be included. COTRs/clients will be contacted to obtain feedback on product performance, quality, timeliness, cost control, business conduct and customer satisfaction. Vendors shall provide to the POCs from the two, separate projects it has completed in the last three years required by the RFQ the Past Performance questionnaire (Attachment 4) and ask them to fill out the questionnaire and ensure the POCs return the questionnaire to Deborah Joeckel at deborah.joeckel@gsa.gov prior to the close of the RFQ. Questionnaires received after the date and time of closing of the RFQ will be rated as neutral. Additionally, Offerors shall provide a list of any contracts or task orders that ended in terminations for cause or termination for convenience within the past three (3) years and briefly explain the facts and circumstances in each such instance. The Offeror shall include a POC and contact information for the customer. If there are no such terminations, the Offeror shall state as much. Finally, Offerors shall provide a list of contacts for contracts and/or task orders under which cure notices or show cause letters were issued to the Offeror. Offerors shall briefly explain the facts and circumstances in each such instance. The Vendor shall include a POC and contact information for the customer. If there were no such actions taken, the Offeror shall state as much. The Government will use all available information in its evaluation of past performance. This may include various federal, state and local past performance databases, including, but not limited to, Past Performance Information Retrieval System (PPIRS). The evaluation team may research Contractor performance on any known federal, state local and commercial contract. Additionally, personal knowledge of Contractor performance may be utilized by evaluation team members as long as sufficient documentation exists to support its position. The Offeror shall discuss its Corporate Experience that reflects/identifies experience (strategic, analytical, benchmarking, roadmap, etc.) on projects that are similar in size, scope, and complexity to the requirements contained in Section 2 of the Solicitation. The Offeror shall discuss the scope of work, the period during which the work occurred, the dollar value of the work performed, the client and project, the specific responsibilities of the Offeror, major deliverables produced, performance measures/service levels applied, any awards that were received for superior performance, and any problems or issues that occurred and the corrective action taken. Offerors are expected to have at least three (3) years of Corporate Experience. Vendors shall submit a two-page (maximum) narrative describing the company's corporate experience providing the types of services stated in Section 2.0 of the Statement of Work. Offerors must have provided these services to either a Government or commercial entity for a minimum of three (3) years. At a minimum, the vendor's narrative must include the following: (d) Pricing Schedule: The pricing schedule section stating a firm-fixed price to perform the services identified in the Statement of Work shall be submitted in accordance with the Pricing Schedule Format (Attachment 3) to the RFQ. An authorized official who can obligate the Offeror shall sign the SF 1449 (Attachment 5), with blocks 17a, 17b, 30a, 30b, and 30c completed and all amendments with blocks 15a, 15b and 15c completed. Price quotes should reflect the Offeror's best price. A total Firm Fixed-Price shall be submitted for the base period of performance. Price quotes shall include Attachment 1 (Contractor Nondisclosure Agreement) and Attachment 2 (Certificate of Nondisclosure Agreement for Contractor Employees). NOTE: No Assumptions, Conditions, Exceptions are permitted. Any response containing Assumptions, Conditions, or Exceptions will be rejected and is ineligible for award. EVALUATION FACTORS FOR AWARD: FAR 52.212-2, Evaluation--Commercial Items (JAN 1999) (available at www.arnet.gov), is being used. The Government will be evaluated to determine which one represents the best value, price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the overall best value to meet the Government's needs. Best value is defined as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101. However, the Government will not make an award at a significantly higher overall cost to the Government to achieve slightly superior project assessment, analysis or roadmap features. In other words, price/cost is not expected to be the controlling factor in the selection of a Contractor for this RFQ. However, the degree of importance of cost as a factor could become greater depending upon the equality of the quotes for other factors evaluated. Where competing offers are determined to be substantially equal after evaluation of all non-cost/price factors, the total cost and other cost factors could become the controlling factor. With respect to the non-price factors, Offerors are on notice that an Offeror is solely responsible for furnishing in its proposal adequate details to allow the Government to assess the offer on the factor; an Offeror's failure to submit adequate details may result in the Government assigning weakness or increased risk to successful performance associated with the Offeror's proposal. In addition to submitted written technical proposals, individual Offeror presentations will be conducted in the Washington DC area during the week of 5 December 2011. Each Offer will be given approximately 45 minutes to present their technical proposal (less cost data) to the Source Selection Evaluation Team (SSET). Specific details and requirements are set forth in Attachment B, Instructions To Offerors. Factors of Evaluation: The following factors, in descending order of importance will be used to evaluate all offers. All evaluation factors, other than price, when combined, are significantly more important than price. Factor 1: Strategic Capability and Approach: The Strategic Capability and Approach factor comprises the following sub-factors, in descending order of importance, and will be used to evaluate all quotes: SubFactor 1- Management Approach: Offerors shall identify the management approach, techniques, and tools that the Offeror will use to accomplish the objectives and requirements identified in this solicitation. The management approach shall clearly describe their approach for providing management support, process management and control, organizational structure, project status and cost (to include planned versus actual expenditures) reporting, program metrics, and corrective actions. The Offeror shall clearly describe the management methodology for handling lines of authority and communication, and problem resolution methodologies. Discuss how Contractor personnel will be held accountable for performance. Under this factor, the Offeror shall clearly describe their approach to risk management during the contract performance from both a technical and management perspective, and the planned actions to mitigate or eliminate risks. SubFactor 2- Understanding : Offerors shall demonstrate an understanding of the strategic, analytical, assessment, benchmarking and documentation requirements as set out in this solicitation. The Offeror shall discuss their methodology and analytical techniques to be utilized to ensure that the Government's requirements are satisfied and the rational for each task listed in the SOW and how the outcome/objectives will be achieved. The Offeror shall demonstrate their knowledge of the current information technology environment and the Offeror will use their corporate capabilities to support the requirements of the SOW as well their approach for meeting the requirements of each task set forth in the solicitation. The Offeror shall demonstrate their approach to providing new technologies, solutions, and industry best practices throughout the term of the contract. Factor 2: Past Performance/Corporate Experience Past performance reflects the proven quality of the vendor's performance on specific tasks, while experience relates the applicability of the vendor's performance in relation to the requirements in the Statement of Work. SubFactor 1: Past performance information will be verified by contacting the three (3) project references provided by the Vendor via Attachment 3. Past performance will be evaluated based on the relevance of the projects submitted to the current Task Order requirement and feedback provided by references. Feedback will address product performance, quality, timeliness, cost control, business conduct, and customer satisfaction. Each past performance project will be evaluated separately, and then one combined evaluation for past performance will be given. In the event past performance information is received on either only one or no projects, each guessing past performance project will receive a neutral rating and then one combined evaluation for past performance will be given. SubFactor 2: Corporate experience will be evaluated relating to the quantity and type of work the vendor's organization has performed, as well as the quality, in relation to the requirements stated in the Statement of Work. GSA will evaluate the demonstrated experience of the vendor's organization, its parent company, and its teaming partners, if any, in providing and supporting relevant data communications, project management and network monitoring services. Evaluation of this factor will focus on projects that are recent (within 3 years) and similar in size, scope, and complexity to that discussed in the Statement of Work. GSA will evaluate the vendor's demonstrated capability to utilize its resources to respond to any challenges encountered in providing data communication and/or network connectivity services. The Government will also evaluate the Offeror's demonstrated experience in resolving issues with stakeholders and governmental regulatory agencies. Factor 3: Price The Offeror's written cost/price quote will be evaluated to determine price/cost reasonableness. Prices/Costs that are excessively high or low (without sufficient justification) may be considered unrealistic and unreasonable and may receive no further consideration. Price will not receive a rating, it will be considered in determining the overall best value to the Government. Attachment 1 and 2 will be evaluated to assess whether or not an actual or potential Organizational Conflict of Interest exists. If a disclosed conflict of interest is found to exist that cannot be mitigated, avoided, or waived in accordance with FAR Part 9.5, that Offeror will be ineligible for award. As the evaluations of Offeror's strategic capability and approach combined with past performance/corporate experience become more equal, price becomes more important. Offerors are advised that any requirements presented in this solicitation for which the Offeror does not specifically identify a price shall be considered to be included in the price of another item or provided at no cost to the Government. SELECTION AND AWARD The Government anticipates awarding a Firm Fixed-Price contract, to the Contractor whose quote is the determined to represent the best value to the Government based on the evaluation factors described below. The Contracting Officer intends to award the contract without discussions. Therefore, each quote should contain the most favorable pricing and technical terms the Offeror can offer to meet the requirement. However, the Contracting Officer reserves the right to hold discussions if necessary. If discussions are conducted, they will occur at the time and place designated by the Contracting Officer. Offerors may be removed from consideration without discussions when deemed appropriate by the Contracting Officer. The non-cost/price factors are more important that price. Evaluation Factors: Strategic Capability and Approach Past Performance/Corporate Experience Price/Cost The Contracting Officer expects to award the contract based on initial quotes. An Offeror taking exception to any terms and conditions may be removed from consideration without further evaluation. Award of the contract to the Offeror, whose quote represents the best value to the Government will be accomplished by furnishing notice of the award to the successful contractor. An Offeror whose quote is no longer being considered for award, or whose quote was not selected for award, will be so notified in writing. Such notification will state in general terms the basis of non-selection. In order to be considered for award, all Offerors must be registered in the Central Contractor Registration (CCR) System www.ccr.gov Questions relating to this RFQ must be submitted via email to deborah.joeckel@gsa.gov Quotes are due 2 December 2011, no later than 4:00 PM EST. All responsible sources may submit a response, which if timely received, shall be considered by the agency. Attachments: Attachment A - Statement Of Work Attachment B - Instructions to Offerors Attachment 1 - Contractor NonDisclosure Agreement Attachment 2 - Certificate of NonDisclosure Agreement for Contractor Employees Attachment 3 - Pricing Schedule Attachment 4 - Past Performance Questionnaire Attachment 5 - Standard Form 1449 (SF 1449)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9c61e2a6bf3b9681304b34a4db8b856c)
 
Place of Performance
Address: See Attachmebt A - Statement of Work, United States
 
Record
SN02618997-W 20111109/111107234142-9c61e2a6bf3b9681304b34a4db8b856c (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.