Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2014 FBO #4472
SOLICITATION NOTICE

D -- Registrar/Student Information System (SIS) - Draft Request for Proposals - Draft RFP Documents

Notice Date
2/19/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU000114R0006
 
Point of Contact
Melissa Marcellus, , Pierre Smith,
 
E-Mail Address
Melissa.Marcellus@usuhs.edu, pierre.smith@usuhs.edu
(Melissa.Marcellus@usuhs.edu, pierre.smith@usuhs.edu)
 
Small Business Set-Aside
N/A
 
Description
Section 508 Software Application GPAT Appendix A to PWS - Functional Requirements Matrix Draft Performance Work Statement THIS IS A DRAFT SOLICITATION. THE GOVERNMENT IS SEEKING INDUSTRY INPUT INTO THIS DRAFT SOLICITATION. PROPOSALS ARE NOT BEING REQUESTED AT THIS TIME. THIS REQUIREMENT IS PENDING BUSINESS CASE APPROVAL AND FUNDING APPROVAL. Instructions to Interested Offerors Offerors interested in responding to this request for industry input are asked to provide the following information in your responses: 1.Completed Appendix A - Detailed Functional Requirements Matrix (attached to the Draft Performance Work Statement) 2.Comments on the Evaluation Factors (ex. Are they clear? Do they make sense as currently drafted? How difficult would it be to collect the data for proposal submissions?) 3.Two (2) customer references for similar work performed. For each reference, please provide the following: a.Name of client and address b.Name of current point of contact, including telephone number, e-mail address, and title c.Contract number d.Contract value (to include modifications, if applicable) e.Contract period of performance f.A clear description of the supplies/services provided. 4.A narrative of your corporate experience in providing registrar/student information systems. In addition to providing the above information, please respond to the following questions in your responses: 1.The anticipated budget for this project is $650,000-$750,000 (including implementation and maintenance costs in year 1); can you propose a solution that will meet this budget? 2.What contract type do you recommend for this project? (ex. Firm Fixed Price, Time & Materials, etc.) Why? 3.What NAICS code would you suggest for this requirement? Notice Information : The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service, and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. USU is seeking a Registrar/Student Information System which will provide a total, enterprise-wide, integrated software solution for its students, faculty, staff, alumni and other constituents. USU is striving for a complete system which will cover all functions detailed in the attached Performance Work Statement (PWS) and will be flexible enough to meet changing demands and allow for future growth. This is a combined synopsis/solicitation for commercial services prepared 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; proposals are being requested and a written solicitation will not be issued. This is a request for proposals (RFP) in accordance with the procedures of FAR Part 12 - Acquisition of Commercial Items, and FAR Part 15 - Contracting by Negotiation. The RFP incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-72 (effective 30 January 2014) and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20140129 (effective 29 January 2014). Interested contractors are asked to review the attached PWS and provide comments in response to the Government's need. There is no guarantee that this draft solicitation will be issued as a final solicitation. Interested offerors that respond to this draft RFP do so at their own cost, the Government will not provide reimbursement for any preparation costs. Interested contractors are asked to propose a contract type (Example: Firm fixed price, time and material, cost, etc.) that is suitable for the work being requested with an explanation as to why that particular contract type is being suggested. The Government would also like interested contractors to suggest an appropriate North American Industry Classification System (NAICS) Code for this requirement as we will be looking at the socioeconomic status of each respondent. If a final solicitation is issued, the contract will be awarded using source selection procedures with best value trade-offs. Vendors may be required to make an oral presentation to USU's evaluation team during the RFP evaluation period. The university and vendor will schedule these presentations at a mutually agreed upon time and location. Vendors will be informed about details of the presentation and given sufficient time to prepare for such a presentation. Section 508 Compliance Section 508 Program Need Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: "Application/Operating System Software." Section 508 Product Requirements Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those functional performance criteria identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Electronic and Information Technology (EIT) deliverables meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Section 508 Evaluation Factors Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (e.g. a completed GPAT, VPAT or equivalent and supporting documentation) will be eligible for any additional merit consideration. Section 508 Acceptance Criteria Software Application delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. Application/Operating System Software delivered must include a completed GPAT, a sample of which is included as a part of this solicitation. Evaluation Factors Below are the anticipated evaluation factors the Government will use to make an award decision. Interested offerors are requested to comment on the Evaluation Factors. Technical is more important than Corporate Experience, which is more important than Past Performance and Price. All evaluation factors other than price, when combined are equal in importance to price. However, as non-price evaluation factors are rated more equally among technically acceptable offerors, the importance of price increases. The anticipated budget for this requirement is $650,000 to $750,000. Evaluation factors are listed in their order of importance, with the most important being listed first. I.Technical a.Implementation Approach b.Services and Ongoing Support c.Client Participation and Communication d.System-Wide Requirements e.Third-Party Partnerships II.Corporate Experience III.Past Performance IV.Price I. Technical a.Implementation Approach Vendor is asked to provide a detailed description of its implementation services for the proposed software as well as the benefits that the system will provide to USU. Include at a minimum, the following information: ○Implementation approach ○Implementation timeline ○Implementation project monitoring, including information for an on-time and on-budget implementation ○Vendor's key employees, ( e.g. project manager, technical lead) and qualifications ○Project organization and staffing requirements for vendor and institution ○Training methodology ○Suggested training for institution's technical staff and end-users ○Implementation support services, including delivery and installation, customization support, consulting support etc. ○Approach to legacy data conversion and migration ○Documentation information, including technical documentation, documentation via the Web etc. b.Services and On-going Support Vendor is asked to provide a detailed description of its services and on-going support of the proposed software. Include at a minimum, the following information: ○On-going maintenance support ○Technical support ○Help desk ○Automated customer support ○Web-based support ○Training and Education Services ○Consulting Services ○Remote system administration c.Client Participation and Communication Vendor is asked to provide information about its commitment to clients, users' groups and methods of communicating with clients. Include at a minimum, the following: ○How clients are involved in the development of software and services ○Any national or regional users' groups ○Methods of communication with clients ○Web services available to clients, such as listservs, etc d.System-Wide Requirements Vendor is asked to provide a response to the functional requirements listed in appendix A using the response matrix in the PWS. e.Third Party Partnerships The vendor should include any information on companies that the vendor plans to partner with to provide the USU Registrar/SIS solution. II.Corporate Experience Please provide a narrative summary of your corporate experience in providing a solution tailored to USU's special requirements. Vendor is asked to provide its and vendor qualifications with the proposed software. Include at a minimum, the following information: ○Introduction to the Vendor ○Financial Stability ○Experience working in higher education, medical education, and/or military education ○Software characteristics ○Experienced staff, including number of personnel by function or department ○Overview of implementation, training, and ongoing services ○Commitment to continuous improvement III.Past Performance Please provide a list of at least five (5) sites that have fully implemented and are currently using the administrative software you have proposed to USU. NOTE: Experience with medical and nursing education and DoD organization deployments may be considered more desirable by the Government. Please include the following information: ○Institution name ○Contact person ○Address ○Telephone number ○Original Date of Purchase ○Live Date ○Web site In addition to supplying the administrative software being used by current customers, also include the initial contract price, how many modifications were done during the period of performance, and the total final contract price (to include any and all modifications). Please provide a complete list of all customers currently supported by your company within the last three (3) years. In relation to Appendix A, for each desired functionality, the Government requests that the customer references you provide are those that already have a system that uses the capability as listed, if that applies. See the PWS for instructions on how to comment on the items listed in the Appendix. IV.Price Include the following: ○ Summary of Proposed Costs - Please provide an itemized summary of the proposed components including software, Professional Services, database software, business intelligence tools, integration costs and/or API usage charges, and any partner products proposed to meet the stated goals and objectives of USU in year 1. ○ Proposed Application Software - Please provide an itemized breakdown of the proposed application software cost including on-going maintenance or any other costs for out-years 2-4. ○ Optional Application Software - Please provide an itemized list of all optional products available but not proposed at this time including cost and on-going maintenance. ○ Enhancement & Support Services Agreement - Software Maintenance - Please provide an itemized list of the fundamental services included in your standard enhancement & support services agreement. ○ Manifest of Professional Services Rates - Please provide current rates for any additional professional services, training, consulting, project management, or an accelerated implementation fee as listed below that USU may choose to purchase. ○ Conversion Services - Please provide estimated cost for Conversion Services to convert key files and prepare custom forms. ○ Database Management Software - Please address DBMS requirements and costs; however, if your company is proposing additional hardware along with the application software, please include the proposed configuration of hardware and networking equipment required, along with the costs associated with each item. ○ Partner Products - Please identify any partner products that you believe will add value in helping to address business issues that have been identified in this RFP. Responses to this draft RFP are due by 10:00am EST on 12 March 2014. Responses must be sent via email to Melissa Marcellus (melissa.marcellus@usuhs.edu) and Pierre Smith (pierre.smith@usuhs.edu). Attachments : Draft Performance Work Statement with Appendix A (Requirements List) Section 508 Software Application GPAT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/448dab7773207c39a128862840b6c86b)
 
Place of Performance
Address: Uniformed Services University of the Health Sciences, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799, United States
Zip Code: 20814-4799
 
Record
SN03291132-W 20140221/140219234522-448dab7773207c39a128862840b6c86b (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.