|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1997 PSA#1848Office of Justice, Contracts Branch, 633 Indiana Avenue, NW, Room 542,
Washington, DC D -- WINDOWS BASED SURVEY INSTRUMENT SOL OJP-97-R-013 DUE 060297 POC
Karen L. Stringfield, (202)514-5731, Fax: (202)307-0086 or Robyn Dyson
Towles, Chief Contracting Officer, (202) 616-9226 This ia a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; quotations are being requested. A written
solicitation will not be issued. Solicitation Number OJP-97-R-013 is
being issued as a request for quotation (RFQ) and will be awarded as a
purchase order using the simplified acquisition procedures. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-46. The standard
industrial code is 7371 and the business size is $18.0. This is an
unrestricted procurement. The Office of Justice Programs is seeking a
windows-based survey instrument to develop a user friendly product for
multiple users to enter and store data electronically from
computer-assisted telephone interviews. This product will operate with
commercially off-the-shelf software such as MicrosoftAccess 97. Line
001. General system features: The base platform will be a PC capable of
utilizing Microsoft Windows 95 or Windows NT 4.0 as its operating
system. The software shall be written to be able to detect the presence
of an appropriate telephony hardware device, such as a Dialogic
ProLine/2V card or equivalent. If such a device is present, the
software will utilize the features the device is able to provide, such
as dialing phone numbers and allowing for a user to initiate a
conversation; providing for the capability to bring a third party onto
the line as necessary; report call status, such as busy, fast busy,
ring no answer; detect the presence of a fax/modem or no such number
indicator, and other such features the device may be able to provide.
If the software does not detect the presence of a telephony hardware
device able to perform these functions, the software will assume that
the user will be using a telephone instrument of some other type to
place and receive calls. Line 002. Software for computer assisted
telephone interviewing and data storage: The end-product shall have a
series of computer "screens" to facilitate telephone interviewing with
a complex survey instrument. The software must allow the interviewer
to easily proceed through a complex series of "skip" patterns designed
in the questionnaire. The questionnaire which is to be placed in a
Windows format is located on the Bureau of Justice Statistics(BJS)
World Web site at http://www.ojp.usdoj.gov/bjs/cvict.htm#Programs. A
source of reports published from the survey is also available on the
BJS World Web site at http://www.ojp.usdoj.gov/bjs/. The collected
information from these telephone interviews will be stored in a
database similar to the format employed by Microsoft's Access 97. To
facilitate the user "screens" the software may be developed using a
high level language, such as Visual Basic, Java, or C/C++, to provide
access to the generated data base of interviews. This software may
utilize the TAPI(Telephony Application ProgrammingInterface)
application protocol interface, if available. The software must be able
to generate random residential telephone numbers in a specifically
defined geographic area and maintain a log of working phone numbers. In
addition, the software will need to provide the capability of
rescheduling calls for later call backs at the respondents convenience.
The software shall have appropriate security mechanisms to access the
database. The software shall allow the user the option to use it either
on a stand-alone PC, or on a computer network, such as Novel or Windows
NT. If the software is to be installed on a computer network, the
software will allow multiple users to access a shared database and
perform the appropriate file and record locking as needed. Line 003.
Support for questionnaire modifications and future expansion: The
software developed for the questionnaire "screens" used in capturing
data during the interview should be written in a modular manner, so
that data items can be easily changed or added as necessary. Local
jurisdictions need the option of tailoring the basic existing survey
instrument to their specific needs. This includes the ability to modify
the questionnaire "screens" at a local site. The core amount of data
collected can be summarized as follows: there will be basic information
obtained regarding the household, followed by information on up to 15
persons within the household, each of which can report up to 15
incidents of crime. An additional supplemental questionnaire may be
developed by localities that may also be asked of each person
interviewed. It is estimated that a minimum of 1,500 households will be
interviewed up to a maximum of 15,000 households with interviews. The
logical record length for the incident section may be as large as 800
bytes; the person logical record size may be as large as 300 bytes, and
the household logical record size may be a large as 250 bytes. For a
nationwide survey, the software must accommodate 15,000 households each
month with similar file sizes outlined above. The supplemental
questionnaire, if present, will vary in logical record size. The
software shall be able to perform standard consistency and range
checking of values as the data is entered. Line 004: Database
capability: Users of the collected interview data want to analyze the
database with other common software products. To facilitate this need,
the developed software should store the data in a database format,
such as Microsoft's Access 97, as well as having the capability for
outputting a flat file or nested hierarchical data file that can be
used by common statistical software packages, such as SPSS or SAS, at
the option of the user. Line 005. Materials must be for public use:
Software and source code written for this project must be provided to
the end user. All materials will be made available to the public so
that no licensing fees are to be incurred by any user. Line 006:
Qualifications: Applicants under synopsis/solicitation shall indicate
their capabilities to successfully complete the tasks described above.
Prior work for the Government and NON-Government units shall be
described and references provided. Hardware and software resources and
skills should be fully enumerated. Line 007. Cost statement:
Applicants shall indicate the approximate total cost for converting the
NCVS to a Windows-based telephone survey with data storage capability.
Cost estimates shall include all labor cost (labor hours and hourly
labor rates), overhead, travel, software acquisition, and other direct
and indirect related costs. Line 008. Deliver to: The Office of
Justice Programs, Bureau of Justice Statistics, 633 Indiana Avenue, NW,
Washington, DC 20531. Delivery: 180 days ARO, Inspection and Acceptance
at the Office of Justice Programs, Bureau of Justice Assistance, 633
Indiana Avenue, NW, Washington, DC. The provisions 52.212-1,
Instructions to Offerors-Commercial(OCT 1995); 52.212-4, Contract Terms
and Conditions-Commercial Items(May 1997); and 2.212-5, Contract Terms
and Conditions Required To Implement Statutes Or Executive
Orders-Commercial Items(AUG 1996), apply to this acquisition. There are
no addenda to these provisions. The following FAR clauses are also
applicable: 52.203-6, Restrictions on Subcontractor Sales to the
Government, with Alternate I; 52.203-10, Price or Fee Adjustment for
Illegal or Improper Activity; 52.219-8, Utilization of Small Business
Concerns and Small Disadvantaged Business Concerns; 52.222-26, Equal
Opportunity; 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped
Workers; 52.222-37, Employment Reports on Special Disabled and Vietnam
Era Veterans; 52.225-3, Buy American Act-Supplies; 52.225-18, European
union Sanction for End Products and 52.246-2, Inspection of
Supplies-Fixed-Price. Standard commercial warranty applies to the items
purchased under this solicitation. The vendor responding to this
acquisition should provide this office with the following: A price
quote on company letterhead for the requested items, stating unit
price, extended price, FOB, prompt payment terms, correct remittance
address, and a completed copy of the FAR clause 52.212-3(OCT 1995),
Offeror Representations and Certifications-Commercial Items. A company
that is not in possession of the above referenced clauses in full text
may contact this office and request that a faxed copy. Offers must be
in writing and accompanied by a completed Representations and
Certification or the offer will be rejected. Facsimile offers will not
be accepted. Oral offers will not be accepted. Provision FAR
52.212(2), Evaluation-Commercial Items (OCT 95),is included:
(a)Offerors shall explain the technical approach to accomplish the
required tasks. (b) Offerors must demonstrate prior experience in the
development of computer screens to support telephone interviewing. (c)
Offerors must demonstrate prior experience converting complex paper
questionnaires (with multiple skip patterns in the questionnaire) to a
Windows operating system suitable for use in a national telephone
survey. (d) Offerors must demonstrate knowledge of high-level
programming languages (such as Visual Basic, Java or C/C++) and
application of such knowledge to computer-assisted telephone
interviewing. (e) Offerors should provide company names, point of
contacts, and telephone numbers for all contracts and purchase orders
for the same or similar services for the past 2 years. (f) Offerors
should submit a cost proposal separate from the technical proposal. The
cost proposal shall breakdown labor and rates, indirect costs, and
other direct cost including supplies, travel and prediem expenses.
Evaluation of all offers will be made to determine which RFQ offers the
best value to the Government. The following factors shall be used to
evaluate offers: (1) Technical Capability; (2) Past Performance; and(3)
Cost. Technical and past performance when combined are more important
than cost. Offers are due no later than 3:00p.m. on the fifteenth
(15th) day after publication of this notice. Offers received after that
time will not be accepted. Please reference the solicitation number on
your offer. (0135) Loren Data Corp. http://www.ld.com (SYN# 0024 19970519\D-0003.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|