Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2007 FBO #2046
SOLICITATION NOTICE

D -- Hosted Task Project Tracking Application

Notice Date
7/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
07EOMHA000008
 
Response Due
7/16/2007
 
Archive Date
7/31/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation, 07EOMHA000008, is issued as a Request for Proposal (RFP). This requirement is set aside for small business. The North American Industry Classification System (NAICS) code is 511210 Software Publishers. The purpose of this acquisition is to purchase use of a hosted task project tracking application that will increase timeliness goals, efficiency, accuracy, and accountability of a wide range of tasks and projects across 5 offices within the Department of Health and Human Services (DHHS) Medicare Hearings and Appeals (OMHA) offices located in Arlington, VA (2); Cleveland, OH; Irvine, CA; and Miami, FL. The period of performance shall be 12 months from the date of award with four successive 12 month option periods. The contractor shall provide a hosted task project tracking application, hosting services for the application, and training for users and administrators. The contractor will provide access to the application in the base year for 100 full function users. The application must be scalable to support a potential increase in the number of users to approximately 600. Task or Project Tracking Application: The application shall be capable of tracking and reporting deadlines and workload at the task level, and in addition, associating multiple tasks to projects. The application shall provide standard project management capabilities including but not limited to work breakdown structure, Gantt charts, critical path analysis, and milestone tracking. Task and project records must support the capability to attach associated documents; user-defined fields; E-mail notification of overdue tasks, completed tasks, new task assignments, etc.; labor hour tracking; and group and user-based access controls. Hosting Services: The hosted application shall be web-based, browser independent, and require no application-specific plug-ins or downloads to desktops. All communications, including passwords, shall be SSL encrypted. Hosting services shall include operating system and application patches, updates, and upgrades at no additional charge. Data backups shall be conducted at a minimum, at 24-hour intervals. Training: The contractor shall provide user-oriented training to each of the OMHA offices located in: Arlington, VA; Cleveland, OH; Irvine, CA; and Miami, FL. User training must be provided for approximately 55 users in Arlington, VA (onsite location allows for 15-20 users at a time); 20 users in Cleveland, OH; 10 users in Irvine, CA; and 10 users in Miami, FL. The contractor shall provide training for 3 administrators. Administrator training shall address subjects including but not limited to system configuration and setup, system event notifications, managing users, access rights, project management, system templates, customization, resource management, and task management. Licenses: The contractor shall provide access to the application initially for 100 full function users. The number and/or type of user licenses required may increase or decrease at any time; however, there is no commitment on the part of the government to do so. Such potential changes are specifically within the scope of this contract and will be accomplished through contract modifications. Users may require access to the full functionality of the application, or to limited (such as read/view only) functionality. The contractor shall provide pricing on a percent basis for full function users and limited users. For evaluation purposes only, the offeror shall provide the unit price for full function users and limited function users. Increases in the number and types of user licenses made during the course of the initial 12-month contract or any of the subsequent option years will be prorated from the beginning of the month during which the change becomes effective. Decreases in the number and types of user licenses made during the course of the initial 12-month contract or any of the subsequent option years will be prorated from the beginning of the month following the date on which the change becomes effective. The quantities stated herein are the Government?s best estimate and are provided for proposal preparation and evaluation purposes only. The actual quantity of licenses may vary. Evaluation of options shall not obligate the Government to exercise the option(s). The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The application will be accessed by users, and user training shall, if onsite, take place at the following locations: Office of Medicare Hearings and Appeals Headquarters - Arlington 1700 N Moore St Suite 1800 Arlington, VA 22209 Office of Medicare Hearings and Appeals Mid-Atlantic / Arlington Field Office 1700 N Moore St Suite 1600 Arlington, VA 22209 Office of Medicare Hearings and Appeals Mid-west / Cleveland Field Office 200 Public Square Suite 1300 Cleveland, OH 44114 Office of Medicare Hearings and Appeals Western / Irvine Field Office 27 Technology Dr Suite 100 Irvine, CA 92618 Office of Medicare Hearings and Appeals Southern / Miami Field Office 100 SE 2nd St Suite 1700 Miami, FL 33131 Offerors shall submit two separate documents, (1) a Firm-fixed price proposal, and (2) a written technical capability statement of the product including a list of functional features, and a breakdown of the topics covered in software training. Technical capability statement must also include past performance references of similar contracts currently in progress or completed during the last year, for each contract, the offeror shall include the following information: name of the contracting organization; contract number; contract type; total contract value; description of requirement; and contracting officer?s name and telephone number. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, in descending order of importance shall be used to evaluate offers: technical merit, price and past performance. Technical evaluation will be based upon: 1. Task Management Capabilities. 25% The offeror must describe how and to what extent tasks can be created by users and assigned by supervisors, task records can be customized with user definable data/fields, tasks can be prioritized, and tasks can be displayed by users in user-definable views based on multiple methods of sorting. 2. Reporting. 25% The offeror must describe how and to what extent the application provides both individual user and group roll-up views and how these views can be structured and sorted. The contractor will describe how and to what extent the application provides user definable reports including but not limited to definable data/fields, definable sorts, and definable structures. 3. Project Management Capabilities. 20% The offeror must describe how and to what extent the application provides project management capabilities including but not limited to work breakdown structure, task dependencies, human resource scheduling, and analyses such as critical path, schedule and cost variance, and earned value. 4. Automatic Time and Event Based Notifications and Assignments. 15% The offeror must describe how and to what extend the application provides automatic e-mail notifications based on criteria such as tasks becoming overdue and task and project completion. The contractor will describe how and to what extent the application provides automatic assignment of tasks and/or projects based on subject matter and/or other criteria. 5. Access Control. 10% The offeror must describe how and to what extent the application can provide access control from the perspectives of individual vs. group definitions and create/modify vs. read/view access as applied to task and project records, views, reports, and documents. 6. Past Performance. 5% If a proposal is received from an offeror that does not have a past performance rating of all offerors that submit technically acceptable proposals and apply the average rating to the offeror?s proposal. As part of the evaluation, the Government may require a demonstration of the product. The demonstration may be onsite in Arlington, VA; via web and conference call; web meeting; VTC; etc. at the offeror's option and at no cost to us. Offerors may be assured that as long as their demonstration is effective, the method chosen will have no bearing on the evaluation. There is no requirement for an offeror to appear onsite. The business proposal shall provide a firm-fixed unit price, inclusive of all transportation charges for base period and each option period. The fixed unit price per full function and limited function user shall be multiplied by the estimated quantity to determine the base period price. Award will be made on an all or nothing basis. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government?s best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the base requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The Contractor shall submit an original and three copies of its invoices monthly for additions or subtractions of users during each month. The provisions and clauses applicable to and incorporated by reference in this RFP are those in effect through Federal Acquisition Circular 2005-17. The following FAR provisions apply to this acquisition: 52.212-1 Instructions to Offerors?Commercial Items (SEPT 2006); 52.212-2 Evaluation?Commercial Items (JAN 1999); 52.212-3 Offeror Representations and Certifications?Commercial Items; 52.212-4 Contract Terms and Conditions?Commercial Items. (FEB 2007); 52.217-9 Option to Extend the Term of the Contract (MAR 2000); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items(MAR 2007),as well as the following clauses cited therein: 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor?Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 52.222-36 Affirmative Action for Workers with Disabilities (June 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006),52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003). Proposals shall reference 07EOMHA000008 and be sent electronically to Kelly Lael at Kelly.lael@psc.gov and Rosanna Browning at Rosanna.browning@psc.gov. Questions and concerns can be directed electronically to Kelly Lael, Contract Specialist, or 301-443-7078 or electronically to Rosanna Browning, Contracting Officer, at 301-443-6931. All responsible sources, capable of fulfilling the requirements of this solicitation, may submit an offer which will be considered. Offers that do not include required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. Any amendments to this solicitation will be processed in the same manner as this synopsis/solicitation.
 
Place of Performance
Address: 1700 N Moore St, Arlington, VA
Zip Code: 22209
Country: UNITED STATES
 
Record
SN01332761-W 20070704/070702220412 (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.