MODIFICATION
D -- EEOC Brief Bank
- Notice Date
- 4/26/2007
- Notice Type
- Modification
- NAICS
- 518112
— Web Search Portals
- Contracting Office
- Equal Employment Opportunity Commission, Office of the Chief Financial Officer & Administrative Services, Procurement Management Division, 1801 L Street, N.W., Room 2505, Washington, DC, 20507, UNITED STATES
- ZIP Code
- 20507
- Solicitation Number
- RFP0703
- Response Due
- 5/2/2007
- Archive Date
- 5/17/2007
- Point of Contact
- Doreen Starkes, Contracting Officer, Phone (202) 663-4240, Fax null,
- E-Mail Address
-
doreen.starkes@eeoc.gov
- Description
- The purpose of this amendment is to convert the Request for Proposal, solicitation number RFP0703, to a Request for Quotation (RFQ) and to incorporate the Statement of Work which follows this description. The following revised description supersedes the previous announcement under solicitation number RFP0703 posted at www.fedbizopps.gov on April 25, 2007. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items, and Part 13.5 Test Program for Certain Commercial Items. This solicitation is issued as a Request for Quotation, RFQ Number (No.) 070082. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 effective March 22, 2007. The Equal Employment Opportunity Commission (EEOC) has a requirement for a contractor to provide services to establish and maintain an EEOC Brief Bank integrated with current legal research services. The required services must be compatible with the existing legal research services and meet the security and functional requirements of the agency. The required items are essential to the Commission?s needs. The EEOC contemplates the award of a firm-fixed-price purchase order. The period of performance consists of a base period of 12 months plus four (4) one-year options. The Period of performance for the base period is from May 25, 2007 to May 24, 2008. The total period of performance of the proposed purchase order shall not exceed sixty (60) months, if all options are exercised. The prospective contractor must provide pricing for each of the following Contract Line Item Numbers (CLIN) on an all or none basis: CLIN 0001. Establish and Maintain an EEOC Brief Bank - Integrated with Current Legal Research Services, Quantity 1.0 Lot, Unit Price $______________, Total for CLIN 0001 $______________; CLIN 0002. Option Year 1 - Establish and Maintain an EEOC Brief Bank - Integrated with Current Legal Research Services, Quantity 1.0 Lot, Unit Price $______________, Total for CLIN 0002 $______________; CLIN 0003. Option Year 2 - Establish and Maintain an EEOC Brief Bank - Integrated with Current Legal Research Services, Quantity 1.0 Lot, Unit Price $______________, Total for CLIN 0003 $______________; CLIN 0004. Option Year 3 - Establish and Maintain an EEOC Brief Bank - Integrated with Current Legal Research Services, Quantity 1.0 Lot, Unit Price $______________, Total for CLIN 0004 $______________; and, CLIN 0005. Option Year 4 - Establish and Maintain an EEOC Brief Bank - Integrated with Current Legal Research Services, Quantity 1.0 Lot, Unit Price $______________, Total for CLIN 0005 $______________. Interested parties must indicate in their quote whether they accept payment via Government-wide commercial purchase card. The prospective contractor must be registered in the Central Contractor Registration (CCR) database prior to award of the resulting contract. Registration is free and can be completed on-line at http://www.ccr.gov/. Submission of Quotes: Your quote in response to RFQ No. 070082 is due on May 2, 2007, at 4:00 p.m. EST. The mailing address is as follows: U.S. Equal Employment Opportunity Commission, Procurement Management Division, 1801 L Street, N.W., Room 2505, Washington, D.C. 20507, Attn: Doreen Starkes, Contracting Officer. A quote submitted via e-mail addressed to doreen.starkes@eeoc.gov will be accepted. Questions regarding this request for quote should be submitted to Doreen Starkes, via e-mail to doreen.starkes@eeoc.gov. Telephone inquiries or responses are not acceptable. The deadline for the submission of questions regarding RFQ No. 070082 is April 27, 2007 at 1:00 p.m. EST. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. The Contracting Officers Technical Representative (COTR) will be responsible for the inspection and acceptance of the items delivered by the contractor. The anticipated purchase order award date is on or before May 22, 2007. The Government will award a purchase order resulting from this solicitation to the responsible quoter whose quote conforms to the solicitation and represents the best value to the Government. The Government may consider award to other than the lowest priced quoter. Evaluation factors for award: the Government will award based on the tradeoff source selection process. The following factors shall be used to evaluate quotes: technical capability, past performance; and price. Technical capability and past performance when combined are significantly more important than cost or price. Technical capability will be evaluated based on the quoter?s indexing and search capabilities, timeframes for initial and ongoing content preparation and delivery, proposed modification of the current user interface, initial and ongoing training, and security and access controls. Past Performance: The vendor must provide a minimum of three (3) references for past performance for similar work awarded within the past three (3) years. The information for each reference shall include the following: 1. Name and address of government agency or other non-government client; 2. Name, titles and telephone number of Contracting Officer, or other point of contact; 3. Name, title and telephone number of client?s program or project manager, if applicable; 4. Contract number, period of performance, and dollar value of contract; and 5. Description of services provided. Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government?s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). Pricing will be evaluated against the independent Government estimate for reasonableness and completeness. The vendor must provide a written statement with their quote indicating that the vendor can meet or exceed the required time of delivery. Notice: The Government intends to evaluate quotes and make award without discussions (except clarifications as described in FAR 15.306(a)). Therefore, the vendor?s initial quote should contain the vendor?s best terms from a price and delivery standpoint. The Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. Place of Delivery and Acceptance: Equal Employment Opportunity Commission, 1801 L Street, NW, Washington, DC 20507. Shipping: FOB Destination. The provisions at 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition. The provisions at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The vendor shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with your quote. Clause 52.212-4, Contract Terms and Conditions-Commercial Items and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items are incorporated by reference. The following clauses are also incorporated by reference: Clause 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; Clause 52.222-3 Convict Labor; Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies, Clause 52.222-21, Prohibition of Segregated Facilities, Clause 52.222-26, Equal Opportunity, Clause 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, Clause 52.222-36, Affirmative action for Workers with Disabilities, Clause 52.222-37, Employment Reports Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, Clause 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, Clause 52.225-1, Buy American Act--Supplies, Clause 52.225-13, Restrictions on Certain Foreign Purchases, Clause 52.232-36, Payment by Third Party, Clause 52.239-1, Privacy or Security Safeguards, Clause 52.222-41, Service Contract Act of 1965, as Amended, and Clause 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts). To obtain the above provision/clauses in full text, please visit www.arnet.gov. Method of payment: Government-wide Commercial Purchase Card. All responsible sources may submit a quote which shall be considered by the agency. STATEMENT OF WORK: 1.0 Introduction The Equal Employment Opportunity Commission (?EEOC? or ?the Commission?) seeks a quote for a computerized brief bank hosted by the vendor and integrated with one of the Commission?s current Web-based legal research services, Westlaw or LexisNexis. The current Web-based interface would be modified to allow the user to search case law and EEOC briefs together or separately. Access to the EEOC briefs would be restricted to EEOC user accounts. 2.0 Background The Office of General Counsel has approximately 1,000 briefs prepared by its Appellate Division in Word Perfect, Microsoft Word, and Adobe PDF file formats totaling approximately 2 gigabytes. EEOC anticipates the addition of approximately 150 briefs (30 Mb) per year. Some 700 of these briefs are available on the Commission?s internal website, inSite, but have not enjoyed substantial use because of limitations in search capabilities. Under subscriptions maintained by the EEOC Library staff, approximately 700 EEOC employees who will need access to the brief bank currently have access to the online legal research services provided by Westlaw and LexisNexis. In particular, field and headquarters litigators rely on these services for trial preparation work. The Commission views this integrated brief bank as a valuable enhancement to its current subscription-based legal research services. 3.0 Scope The contractor shall provide the facilities, materials, and qualified personnel needed to perform the following required tasks in providing services to fulfill EEOC requirements for hosting, conversion, indexing, integration, and secure housing of existing and new content for a computerized brief bank within an existing Web-based legal research service currently utilized by the Commission: 3.1. Convert and index existing briefs to be included in the EEOC Brief Bank. 3.2. House the knowledge base in a secure environment accessible only to EEOC employee user accounts. a. Access Control. Content should be maintained on a secure server and protected from loss. The vendor?s system must provide access controls such that the content of the briefs should be available only to Commission staff. b. Concurrent User Access. The system must support a minimum of 35 concurrent users accessing the briefs. 3.3. Provide an online facility for receipt of new briefs with access controls to insure origination from the Commission. a. Ongoing Content Delivery. The vendor shall provide an online mechanism for Commission upload of new briefs. The vendor solution should include access controls to insure origination of the content from designated EEOC staff, not to exceed three (3) users. 3.4. Minimally modify contractor?s current user interface to meet EEOC standards required to accommodate the EEOC user?s selection of the body of knowledge to be searched: case law, briefs or both. a. User Interface. The Commission contemplates that modification to the existing user interface should be minimal. These would accommodate the selection of the body of content to be searched (case law or briefs or both) and method for easily distinguishing results. 3.5. At a minimum, provide for searching by date filed, court, attorney, docket number, cases cited, and defendant. In addition, the briefs would be full-text searchable. Topical categorization of the briefs may be proposed by the vendor as a no-cost addition. a. Search Options. The briefs would be indexed and searchable by date filed, court, attorney, docket number, cases cited, and defendant. In addition, the briefs would be full-text searchable. The same Boolean search capability and interface used by legal staff to search case law should be available. Users should be able to search cases and briefs together or separately. Topical categorization of the briefs for indexing and search capability is desirable but not required. b. Search Results. The format of search results should be modified only to distinguish case law from brief results. Upon retrieval, legal citations in a brief should be hyperlinked to the source by document and page. Citations that are no longer good law will be flagged as such. c. Output Options. Provide users with the capability to print or save any brief retrieved in a variety of formats. At a minimum, briefs should be available for download in text-searchable PDF, Microsoft Word, WordPerfect, and text. d. Response Time. Response time for brief searches should be comparable to that for case law searches. 3.6. Provide initial training to field legal unit staff and incorporate the brief bank material into the standard, on-going training available to Commission staff. a. The vendor will incorporate into its ongoing training opportunities for the Commission information on use of the brief bank. Initial training will be delivered to field legal unit staff within 30 business days of acceptance. For the purpose of the initial training, the Commission would prefer use of its Web-based training and conference service, Interwise. 4.0 Applicable Documents 4.1. Electronic and Information Technology Accessibility Standards. The Equal Employment Opportunity Commission (EEOC) considers universal accessibility to information a priority for all its employees and external customers, including individuals with disabilities. Under Section 504 and 508 of the Rehabilitation Act of 1973 (29 U.S.C. sections 794 and 794d, as amended), EEOC must ensure the accessibility of its programs and activities, specifically its obligation to acquire and use accessible electronic and information technology. To comply with the provisions of this clause, the Contractor shall refer to the Section 508 Standards described at www.section508.gov. Specific types of technology include: software applications and operating systems, web-based information or applications, telecommunication products, video and multimedia products, self-contained closed products, and desktop and portable computers. 5.0 Period of Performance 5.1. Period of Performance. The period of performance for this contract will be for a base period of twelve (12) months from the date of award plus four (4) option years. 5.2. Hours of Operation. The availability of the EEOC?s brief bank should be comparable to that of the current case law services. 5.3. Place of Performance. Work will be performed at the Contractor?s facilities with visits to the U.S. Equal Employment Opportunity Commission headquarters located at 1801 L Street, N.W., Washington, D.C. 20507 as required. 6.0 Payment 6.1. Payments will be structured as fixed monthly fees for the initial year and each option year. In the first year, payments will only be made for any whole months or portion of a month after Commission acceptance (see 8.3 Acceptance Testing). 6.2. Frequency. Invoices shall be submitted on a monthly basis to the following address: National Business Center 7301 W. Mansfield Avenue, Mail Stop D-2735 Denver, CO 80235-2230 7.0 Quality Assurance 7.1. Error Resolution. Errors reported by the Commission?s designated representative will be corrected within 5 business days of contractor?s receipt of the written EEOC error report. 8.0 Deliverables 8.1. Initial Content Delivery. The EEOC will deliver the current set of briefs on DVDs in the file formats identified at 2.0 above within 5 business days after award of this contract. 8.2. Initial Implementation of Current Content. The vendor will identify a date, not to exceed 25 business days after EEOC?s delivery of the initial content, when that content (see 8.1 above) will be available for acceptance testing. 8.3. Acceptance Testing. The Commission will complete its initial acceptance review and acknowledge acceptance or provide the vendor with a list of required modifications within 10 business days. The vendor will complete all required modifications within 10 business days. If required, additional reviews and modifications will follow the same timeframes. 8.4. Ongoing Implementation of New Content. New content will be incorporated in the knowledge base and available for searching and accessing within 5 business days after delivery (see 3.3.a, Ongoing Content Delivery). All deliverables are the property of the U.S. Government. The contractor shall not place under copyright protection any training materials developed under this contract or any web-based training components integral to the use of web-based training. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-APR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/EEOC/OCFOAS/PMD/RFP0703/listing.html)
- Place of Performance
- Address: Contractor's site and the U.S. Equal Employment Opportunity Commission, 1801 L Street, N.W., Washington, D.C.
- Zip Code: 20507-0001
- Country: UNITED STATES
- Zip Code: 20507-0001
- Record
- SN01282570-F 20070428/070426230710 (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 |