Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2006 FBO #1511
SOLICITATION NOTICE

D -- Interface Development

Notice Date
1/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Lolo National Forest, Building 24, Fort Missoula, Missoula, MT, 59804
 
ZIP Code
59804
 
Solicitation Number
RFQ_AG-3187-S-06-0003
 
Response Due
1/19/2006
 
Archive Date
2/3/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial/supply and service items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation AG-3187-S-06-0003 is issued as a Request for Quotation (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-8. The clauses and provisions referenced in this solicitation can be found in full text format at http://www.arnet.gov/far. This is a total small business set-aside and the small business size standard is $21.0 million. The North American Industry Classification Code is 541512. A quotation is requested to provide professional services for the enhancement and maintenance of the Forest Service Financial Transaction Request System (FTRS). This includes development of interfaces and support for Forest Service existing Financial Systems to implement Enable (formerly ReqQNet), a COTS software product, providing a solution to improve time and accuracy of integrating or interfacing financial transactions into FFIS using Enable software. The awarded contract will be an Indefinite Quantity-Indefinite Delivery type contract with a base year plus four option years not to exceed a total of $5 million for the life of the contract. Task Orders will be placed against the contract as needed. The services are for the Forest Service Washington Office, Financial Management located at 1621 N. Kent Street, Arlington, VA 22209. The Contractor shall provide the necessary office space to perform the functions specified in this task order. USDA will provide limited on site office space as needed. The location that the Contractor may visit includes, but is not limited to USDA Washington, DC, USDA New Orleans, LA, Albuquerque, NM; and Kansas City, MO. The Contractor shall provide its own transportation to the sites. Currently there are two (2) Task Orders identified. The intent is that offerors provide proposals for each of the following Task Orders. Line Item (01) Task Order ? FTR: In FY 2005, when the business processes were re-engineered as part of the Business Operations Transformation Program (BOTP), systems were developed to provide a means for the Region/Stations/Areas (RSAs) to communicate their financial activities to be recorded in the accounting or mixed accounting systems. The FTRS was developed to communicate the financial activities conducted in the field. A graphical user interface was designed and implemented to automatically record the transactions in the Foundation Financial Information System FFIS. Contract support is required to provide post-implementation support, assess the implementation of the system, and improve the initial design of system functionality. Contract support is also required to: (a) develop FTRS-Spending which will provide the capability for the RSAs to request the establishment of commitments and obligations for transactions such as training and GSA orders (supplies, equipment) and (b) train the Information Technology Specialist in the Financial Management Systems staff. Quantity one (1) each, lump sum. Required delivery date no later than March 31, 2006. Line Item (02) Task Order - Incident Business Database: Services are needed to support the centralization of financial operations to the Albuquerque Service Center (ASC), an Incident Business Database (IBDB) will be re-designed to improve the effectiveness and efficiency of incident related activities in the Forest Service. Development and implementation of IBDB will allow the Incident Business staff at the ASC to streamline transaction processing and strengthen internal controls. The IBDB workflow application will use electronically available contract, timekeeping, and other resource-use data to assist with the processing of commitments, obligations, accruals, payments, and reporting. Contract support is required to design, develop, and implement an interface that will be used to record into the Foundation Financial Information System (FFIS) the commitments, obligations, accruals, and payments. The interface will send data to and from FFIS. Quantity one (1) each, lump sum. Required delivery date no later than May 31, 2006. The Government will provide working space, equipment, supplies, and phone services, as needed, for Contractor personnel assigned to each Task Order. Access to automation systems as required to perform work under each Task Order will be provided. Availability of Government-Furnished Property will be mutually agreed upon between the Contractor and the Government. Technical interface with the Contracting Officer?s Representative (COR) and other designated Government personnel will be provided to assist Contractor personnel in obtaining information pertinent for each Task Order. Return of Government Furnished Property: All Government property, data, information, etc., used by the Contractor in conjunction with performance of Task Orders under this contract, whether furnished by the Government to the Contractor or acquired by the Contractor with Government funding shall be delivered/transmitted to the COR within 30 calendar days of completion of the applicable Task Order or per instructions from the Contracting Officer. The Contractor agrees to comply with the IT systems security and/or privacy specifications set forth herein; the Computer Security Act of 1987; and Office of Management and Budget (OMB) Circular A-130, Appendix III, ?Security of Federal Automated Information Systems,? which may be found at the following websites: Computer Security Act of 1987: http://csrc.ncsl.nist.gov/secplcy/csa_87.txt, OMB A-130, Appendix III: http://csrc.ncsl.nist.gov/secplcy/a130app3.txt. Additional security requirements may be requested by emailing the request to: bbenninghoff@fs.fed.us. The FAR provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offers submitted must include past performance information, technical/management approach and price. Provide references for similar work during the past three years. Specifically include experience on projects where Enable software was used in integration. The technical/management approach must describe the firms technial approach in meeting the requirements. Demonstrate your firm?s ability and capability to effectively and efficiently perform. To support the proposed price, the Contractor?s proposal shall include detailed backup cost details. Examples of such detail include, but are not limited to: (a) Subcontractor quotations, (b) Labor costs or contracts, (c) Proposed materials and supplies and price quotations, (d) Travel and related management costs (Reimbursement for travel will be made for approved travel costs actually incurred, in accordance with Joint Travel Regulations), (e) Labor burden, G&A/home office overhead and proposed profit/fee. Contract award will be made to the Contractor offering the best value considering past performance, technical/management approach and price (based on the pricing on the two Task Orders), with past performance and technical/management approach being more important than price. In addition, offerors will include with their offer a completed copy of the FAR provision 52.212-3, Offer Representations and Certifications - Commercial Items. The FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Quotes must be received by January 19, 2006, at 4:00 P.M. Mountain Time at the Lolo National Forest Supervisor?s Office, Attn: Barbara Benninghoff, Building 24, Fort Missoula, Missoula, Montana 59804. Quotes may also be emailed to bbenninghoff@fs.fed.us. For more information regarding this solicitation, please contact Barbara Benninghoff, (406) 329-3794.
 
Record
SN00966270-W 20060115/060113211814 (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.