Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2004 FBO #0957
SOLICITATION NOTICE

D -- MOI Personnel Management and Salary System

Notice Date
6/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
DABV01-04-R-9003
 
Response Due
6/22/2004
 
Point of Contact
Gary Kimmel, Contingency Contracting Officer, Phone 914-822-5235, - Gary Kimmel, Contingency Contracting Officer, Phone 914-822-5235,
 
E-Mail Address
doug.kimmel@CPA-IQ.org, doug.kimmel@CPA-IQ.org
 
Description
IRAQI POLICE SERVIE (IPS) & DEPARTMENT OF BORDER ENFORCEMENT (DBE) SALARY DATABASE This is 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; proposals are being requested and a written solicitation will not be issued.(II) Solicitation DABV01-04-R-9003 is being issued as a request for quotation (RFP).(III) This solicitation incorporates clauses and provisions in effect through the Federal Acquisition Circular 01-22. (IV) This requirement is being synopsized as full and open competition under NAICS Code 518. The resulting contract will be a Firm Fixed Price type Contract under FAR Part 12 Acquisition of Commercial Items.(V) COMMERCIAL ITEM DESCRIPTION: Contractor shall provide a complete and usable end product. Contractor must provide pricing on all items for their quote to be accepted. No alterations, additions, or deletions shall be made unless by prior written approval of the Contracting Officer. Items will be listed by line item number, **LINE ITEM 0001** 0001 Deployment & Preparation 1 lot, in accordance with the attached statement of work.**LINE ITEM 0002** Software and site licenses 1 lot, in accordance with the attached statement of work. **LINE ITEM 0003** Training Demonstration 1 lot, in accordance with the attached statement of work.**LINE 0004* Initial Deployment, testing and training 1 lot, in accordance with attached statement of work.**LINE ITEM 0005** hardware 1 lot, in accordance with the attached statement of work.**LINE ITEM 0006** Service support for 3 years, in accordance with attached statement of work.**LINE ITEM 0007** Training at on-site locations, in accordance with attached statement of work. (VII) Place of delivery / performance: Iraqi Ministry of Interior (MOI), Baghdad, Iraq, Iraqi Police Service, Provincial Hubs. All Cost included, Firm-Fixed Price. All duties and tax are the responsibility of the Contractor. **DELIVERY ** All items, inclusive of spare parts shall be delivered to Ministry of Interior/CPATT not later than 30 days after contract award.The PRICING PROPOSAL PORTION - The Contracting Officer will EVALUATE PROPOSALS on the basis of the overall Best Value considering Technical Specifications / Technical Data; capability of the item offered to meet agency need to include technical features and warranty provisions, Past Performance and Prices proposed. Factors for Award are Technical which will be evaluated on an acceptable/unacceptable basis, Past Performance and Price.Each offeror shall submit technical information in sufficient detail for the Government to be assured that the proposed item meets the specifications set forth herein. This Technical evaluation will be done on an acceptable/unacceptable basis. Technically acceptable proposals will then be evaluated for best value utilizing Past Performance and Price as equal factors.As part of their proposals, offerors shall supply Past Performance information that details Performance for similar efforts that have occurred during the past three years.The information for Past Performance shall include Contract Number, POC name and telephone number, what was delivered and the aggregate contract amount. The proposed PRICE PROPOSAL portions will be evaluated based on prices alone.The offeror should include all factors in the quote or the proposal will be considered non-responsive.F.O.B. POINT ISDESTINATION. (VIII) Provision 52.212-1, Instructions to Offerors- Commercial Items applies.(IX) Provision 52-212-2, Evaluation _ Commercial Items applies. Proposal will be evaluated on technical, past performance, price, price related factors and delivery.(X) Offerors are required to submit a completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items with their offer, which can be found at www.arnet.gov/far/. (XI) Clause 52.212-4, Contract Terms and Conditions- Commercial Items and any addenda the clause applies to this acquisition.(XII) Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items applies to the award document.(XIII) N/A.(XIV) N/A.(XV) N/A.(XVI) Proposals will be due to the Coalition Provisional Authority (CPA)Contracting Activity, Republican Presidential Compound Baghdad, Iraq APO AE 09316, by 22 June 2004, 8:00 p.m. local time. *Proposals should be emailed to Marcus Overbay at marcus.overbay@cpa-iq.org. Point of contact is Marcus Overbay, marcus.overbay@cpa-iq.org. The following specifications apply to this procurement: 1) Provide commercially available payroll, personnel and auditing software system that provides personnel management, pay functions, accounting and is standardized across the Iraqi Ministry of Interior. The systems purpose is to manage the personnel rolls of all Iraqi Police and Border patrol agents, including administrative and support staff. 2) Software Requirements: Commercially available, non-developmental payroll and accounting system for deployment in Iraq. The system includes standard payroll & accounting features such as varying security levels, generation of financial reports, budgeting by project codes, budget tracking, accounting of expenditures, complete personnel management and ability to link databases to a central server. 3) Deployment & Training: The contractor will assess architecture, develop an architecture plan, deploy, and train personnel throughout Iraq on software. The architecture includes: one central server located in Baghdad, management of Iraqi provinces at the provincial level (servers), and data input/review machines at each 6 police provincial headquarters and 453 police stations. Develop control procedures for personnel management, and accounting based on the concept of provincial level, personnel, police HQ management, and police station use. After Govt approval the contractor will deploy the system using a “train the trainer” process. The contractor will train and certify personnel at 6 different training locations in Iraq. The training material will consists of both Arabic and English for central and southern Iraq. The contractor will provide training materials in Arabic, English and Kurdish for Mosul. Training will be conducted at the provincial HQ: Baghdad, Al Hillah, Al Basrah, Ar Armadi, Tikrit and Mosul. Priority of training effort is to Baghdad. 4) Requirements of Department of Border Enforcement: The contractor will provide the same system to establish the payroll, personnel and accounting system for the Dept of Border Enforcement. The payroll and accounting information for both the Iraqi Police Service and the Dept of Border Enforcement will be managed centrally in Baghdad at the main Ministry of Interior Accounting Office to include integration of both systems at the Ministry of Interior HQ. The contractor will provide all equipment, hardware and software to deploy the system. 5) Border Enforcement Requirements (continued): BDE will require that 50 HQ units to be placed around the country on a separate system that mirrors that of IPS. These 50 sites will be responsible for inputting and maintaining the information for 460 small DBE outposts. Each HQ unit will have the ability to enter/modify for the border stations assigned them only. They in turn will be linked to a master auditor’s hub located in the MOI HQ in Baghdad. The master auditor will need to have the tools to validate entries; who made them and the type of entry i.e., (new hire, promotion, merit pay raise), etc. 6) Testing: Test systems on a trial basis for 2 months to validate abilities and identify weaknesses/failures to system that must be corrected prior to full implementation. Upon validation of salary database(s) the contractor is provide and install all equipment, to include satellite networks, computer hardware, software and user manuals as required per the contractor’s architectural system design as proposed to the Govt. 7) Training:Required to train 200 personnel to become trouble shooters in the use of the system as well as information technology (IT) service representatives and teach at least 25 certified information technology auditors. Contractor is also responsible to develop a training/certification syllabus to enable the Iraqi trainers to instruct all payroll terminal operators. Provide a 3 year service contract to cover all areas of IT hardware, software upgrades as needed and follow on training required to maintain the system(s). The contractor will train and certify a local representative to be employed at the Baghdad Ministry of Interior HQ for 1 year. The contractor will ensure the representative is fully proficient, capable of conducting training classes and is able to link back to the contractor’s support operations for software upgrades, patches and troubleshooting. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-JUN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 08-JUL-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/CPAIRAQ/APOAE/DABV01-04-R-9003/listing.html)
 
Place of Performance
Address: Baghdad, Iraq
 
Record
SN00617671-F 20040710/040708214031 (fbodaily.com)
 
Source
FedBizOpps.gov 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.