Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOLICITATION NOTICE

D -- WEPS Consultant Services

Notice Date
6/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW Mail Stop 4-13, Washington, DC, 20219, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
CC-07-HQ-Q-0064
 
Response Due
6/27/2007
 
Archive Date
7/12/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Office of the Comptroller of the Currency intends to award a Time and Material contract for Web and Electronic Publishing System (WEPS) Consulting services. This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This combined synopsis/solicitation is issued as request for Quotation (RFQ). This will be a 100% small business set-aside utilizing North American Industry Classification System (NAICS) code for this acquisition is 541519, with a small business with a revenue value of $23 Mil. Please identify your business size in your response based upon this standard. This requirement is for: 1.1 BACKGROUND The OCC produces and delivers a wide range of valuable content to internal and external audiences. A large portion of that content is produced in Portable Document Format (PDF) and MS Word documents and distributed through OCC Web sites. In addition, content is delivered in the form of CDs, DVDs, and print publications that are sent to OCC staff and customers by surface mail. The agency's existing process for producing and distributing its content is based on a print-centric model that is largely manual and reliant on outdated paper-based editorial processes, resulting in the publishing of content not well suited for non-print media such as the Web. In recent years, the limitations of this print-centric publishing model have come to light. For example, content on the Web sites, CDs, and DVDs is often out-of-sync, out-of-date, and in some cases obsolete because of the lack of an authoritative content repository and the inability to effectively manage the content life cycle. While many of the OCC's customers still rely on print publications, they recognize that the most up-to-date information will be on the Web. OCC's content consumers want to access that information in segments smaller than the monolithic PDF and Word files that are currently provided. They also want to be assured that the information they are accessing is the most up-to-date and reliable. As a result of the OCC's desire to improve the quality of its published content and the efficiency of its publication process, the Agency initiated two separate projects: The Web site of the Future's Web Content Management System Implementation and the E-Publishing Project to improve the life-cycle management, distribution, and presentation of information published by the OCC. As the requirements were gathered for the individual efforts, it became clear that the projects shared common goals and objectives and that economies of scale in system development could be realized by implementing these systems together. The projects were thus joined and renamed the Web and Electronic Publishing System (WEPS). The OCC recently posted a solicitation for a professional and software services firm to assist in identifying and implementing a solution that addresses the following business objectives: ? Provide information to OCC bank examiners in a more timely, accessible, searchable and trustworthy format, whether they work online or off-line and increase the integration of needed information into the examination tool-set. ? Automate current paper-based editorial processes. ? Transform the OCC?s print/document centric publishing model into a content centric one that emphasizes repurposing content and publishing to multiple formats both electronic and print. ? Ensure OCC's customers are able to easily find, access, and consume OCC content. In order to meet these objectives, the OCC must find a solution that supports the management and delivery of content as collections of chunked information objects that can be: ? Updated easily and routinely. ? Delivered quickly through pinpoint searches to examiners working online or off-line. ? Enhanced with keywords and cross-referenced for more comprehensive search results. ? Packaged in formats that are user-friendly and quick to download. ? Constructed into documents, web pages and the like. ? Presented in a variety of formats. ? Managed throughout the content lifecycle. To address the WEPS requirements, the OCC recognizes that significant organizational change, re-engineering of business processes and procedures, and a redesign of the existing websites is required. The OCC is currently revamping existing processes in anticipation of the forthcoming CMS. In addition, the team is developing and testing prototypes of new site designs that include revised information architecture and a content architecture that supports the effective presentation of electronic publications and a more topical organization of content on the Web. The OCC has four websites, two public facing, one Intranet and one extranet. It is important to note that the CMS will be implemented in support of the new site designs for all sites. The CMS will automate newly defined business rules to enable improved content functionality. The existing web sites will not be imported into the CMS. The fourth site, focused on bank customers, is currently under development and will be deployed on June 26th, 2007. Content is currently being inventoried and a content clean-up activity is underway. Publications content is also being migrated to XML templates to aid in the future transfer to the CMS. 1.2 OBJECTIVES The purpose of this acquisition is to acquire unbiased and objective advisory and consultative services to assist the OCC in: 1) The evaluation of Web Content Management System (WCMS) COTS products and capabilities, as well as the corresponding COTS vendors? current standing and planned direction in the WCMS market space. 2) A comparison of OCC WCMS needs and requirements versus WCMS solutions that are proposed as part of a separate OCC acquisition. 3) A written evaluation of solution design, demonstrations, and user acceptance testing. 4) Guidance regarding organizational change management within the OCC. This Statement of Work (SOW) describes the business considerations, objectives, scope, and project deliverables for requested WCMS Consulting Services. 1.3 SCOPE OF WORK In order to successfully procure the enterprise web content management component of the WEPS solution, the OCC seeks additional support by a qualified, unbiased Contractor who is considered an expert in the evaluation of Web Content Management Systems (WCMS). This person would serve as an advisor to the OCC and provide objective feedback regarding WCMS products, capabilities, the respective product vendors? current standing, planned direction, and continued viability in the WCMS market space. The advisory Contractor would also compare and evaluate OCC WCMS needs and requirements vis-a-vis the WCMS solutions proposed in the WEPS primary procurement. The WCMS expert would attend OCC meetings that are part of the procurement of a WCMS. The expert would observe the meetings, provide consultation outside of the meetings and generate a final evaluation/advisory from the meetings. The WCMS expert would also participate in the evaluation of a solution design, solution demonstrations, and solution user acceptance testing. The expert would generate written evaluations from each of the efforts. The WCMS expert will be called upon to provide guidance regarding organizational change management within the OCC as a result of the WEPS implementation. 1.4 DELIVERABLES The Contractor is expected to provide the following deliverables listed below to the CO and the COTR, which may not be inclusive of all work products for the project: Deliverable 1 - Written advisory report on the WCMS COTS product evaluation and selection. Deliverable 2 - Written advisory report on the solution design. Deliverable 3 - Written advisory report on the evaluation of the solution demonstrations conducted by the competitive range of offerors responding to the WEPS solicitation. Deliverable 4 - Written advisory report on user acceptance testing results. Deliverable 5 - Written advisory report documenting recommendations to manage organizational changes anticipated as a result of the deployment of the WEPS system. Deliverable 6 - The Contractor shall deliver an electronic status report to the COTR, with copy to the OCC Program Manager, bi-weekly. The format will be approved by the COTR and a hard copy of the status report will also be delivered upon request of the COTR. The status report is the Contractor?s performance report and provides insight into the status of the WEPS project. Status Report components and dates shall be determined by the COTR in consultation with the OCC Program Manager within two (2) weeks of contract award. 1.5 BUSINESS HOURS AND COVERAGE The Contractor is expected to be available 8 hours per day, Monday through Friday, between the hours of 8:00 a.m. to 5:30 p.m. EST. 1.6 TRAINING The Contractor may be required to attend government-provided information security awareness briefings or training at the discretion of the COTR. 1.7 ORGANIZATIONAL AND CONTRACTOR CONFLICTS OF INTERESTS An organizational conflict of interest may result when factors create an actual or potential conflict of interest on an instant contract, or when the nature of the work to be performed on the instant contract creates an actual or potential conflict of interest on a future acquisition. In the latter case, some restrictions on future activities of the Contractor may be required. Furthermore, given that this solicitation will close prior to the associated WEPS Request for Proposal (solicitation CC-07-HQ-R-0016), and that the tasks associated with this solicitation present a conflict of interest with the aforementioned solicitation, all offerors responding to this solicitation are automatically precluded from bidding on solicitation CC-07-HQ-R-0016. The OCC reserves the right to review and prohibit the Contractor from teaming or proposing on any future OCC IT requirements where the Contractor has had the opportunity, through WEPS support, to obtain information about the requirements that is not publicly available. 1. 10 GOVERNMENT FURNISHED INFORMATION & RESOURCES The Government will furnish the Contractor with pre-configured laptops/PCs, access to the OCC network via encrypted Virtual Private Network (VPN), and OCC email accounts. The Contractor will procure software required to support WEPS. Required software must be specified to the OCC thirty business days prior to scheduled use. The OCC will review current software inventory to determine whether the OCC has the software licensing available. In the performance of work under this contract, the Contractor shall, without additional expenses to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. License transfer of Contractor procured software will occur once software is installed either on the OCC infrastructure or the furnished pre-configured laptops. All other equipment must be provided by the Contractor. Printing from pre-configured laptops will be prohibited. The Office of Public Affairs will provide necessary documentation upon request of the Contractor. The Office of Public Affairs will also facilitate the scheduling of required OCC personnel for planned meetings. SUPPLIES OR SERVICES AND PRICES/COSTS 2.1 LINE ITEM DESCRIPTION 2.1a In accordance with this contract, the Contractor shall provide all management, personnel, materials, labor, equipment and facilities, except as specified herein to be furnished by the Government, and shall do all that which is necessary to satisfy the requirements of performing an objective evaluation of Web Content Management Systems (WCMS). The Contractor shall provide the services at a labor hour rate with a not-to-exceed value for Contract Line Item Numbers (CLIN) 0001. 2.1b Pricing. (CLIN 0001) - Hourly Labor Rates. The offeror is required to propose job titles for each labor category proposed, hourly labor rates, and labor hours for all labor categories which will or could be utilized for performance under this contract. These job titles and hourly labor rates will be utilized in developing the total estimated cost and ceiling price for this contract. The fully burdened labor applies to all direct labor hours, which includes labor performed by all personnel (including subContractor) actually engaged in the direct performance of work required under this contract. All prices must be loaded, including but not limited to, items such as overhead postage and local travel. Ceiling prices for CLIN 0001 will be determined based upon the Government funding available at the time of contract award. CLIN LABOR CATEGORY RATE EST.QTY TOTAL 0001 Example - Project Mgr 1 NTE $_______ 0002 Other Direct Costs (ODC) 1 NTE $_______ 0003 Travel 1 NTE $_______ 0004 Materials 1 NTE $_______ 2.2 OTHER DIRECT COST Other Direct Cost (ODC) will include the Contractor's acquired software to support the WEPS project. The cost of general purpose items required for the conduct of the Government's normal business operation will normally not be considered allowable ODCs in the performance of this contract. This includes, but not limited to, the cost for items such as telephones and telephone charges, typewriters, reproduction machines, word processing equipment, personal computers, computer software, internet access charges, facsimile machines, commercial carrier charges, pagers, and other office equipment and office supplies. Any material remaining after completion of the contract, the cost of which has been reimbursed by the Government, will remain Government property and disposition instructions must be sought from the Contracting Officer. 2.3 TRAVEL The cost of local travel, meal, and/or incidental expenses cost will not be reimbursed for Contractor performance in the immediate Washington, Northern Virginia, and Southern Maryland areas. The Government will reimburse the Contractor for non-local travel in accordance with the Federal Travel Regulation (FTR). No reimbursement for other direct costs. 2.4 MATERIALS For CLIN 1007, the Offeror shall propose a set handling charge factor on Materials for their T&M Labor Rates. (See FAR 16.601 Time and Materials Contract). Handling Charge _________%. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors-Commercial Items; Addenda to FAR 52.212-1. In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made based on best value. Offeror will be evaluated in accordance with FAR 13.106-2. FAR 52.212-3, Offeror Representations and Certifications; Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply; 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33; FAR 52.219-1 Alt I; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/; The following OCC clauses apply and will be uploaded to this solicitation: (OCC) Security Provisions (MAY 2007); 1052.245-72(OCC) Confidential or Sensitive Information (JUNE 1999); 1052.245-71(OCC) Citizenship or Residency Requirement of Contractor Personnel (JUNE 1998); 1052.245-70(OCC) Security Investigations (MAR 1998); 52.204-9 Personal Identity Verification of Contractor Personnel(NOV 2006)
 
Place of Performance
Address: 250 E Street SW, Washington, DC
Zip Code: 20219
Country: UNITED STATES
 
Record
SN01320487-W 20070617/070615224210 (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.