MODIFICATION
70 -- Digitial Signage HW/SW COTS Solution and Implementation
- Notice Date
- 12/21/2007
- Notice Type
- Modification
- 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
- 20219
- Solicitation Number
- CC-08-HQ-P-0010
- Response Due
- 1/7/2008
- Archive Date
- 1/22/2008
- Point of Contact
- Thomas Coleman, Contract Specialist, Phone 202-874-7290, Fax null, - Edwin Davis, Contracting Specialist, Phone 202 874-5144, Fax null
- E-Mail Address
-
Thomas.Coleman@occ.treas.gov, edwin.davis@occ.treas.gov
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This solicitation is being issued as a Request for Proposal (RFP). Submit only written quotations for the RFP. This will be a 100% Set-Aside for Small Business Concerns under the North American Industrial Classification Standard Code 541519 with a Small Business Size Standard of $23 million. Please request referenced attachments from Ed Davis (202-874-5144)/Edwin.Davis@occ.treas.gov. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr.gov/ or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. Required period of performance is from Date of Award through September 30, 2008. The place of performance will be at OCC Headquarters at 250 E Street SW Washington, DC 20219. Responses to this solicitation will be due January 7, 2008 by electronic submission to Contract Specialist Thomas Coleman at Thomas.Coleman@occ.treas.gov. STATEMENT OF WORK 1.0 PURPOSE The purpose of this performance-based contract is to acquire contractor integration support for the implementation of a Contractor-provided, COTS-based Digital Signage solution at the OCC. 2.0 BACKGROUND The Communications Division wants to explore the business requirements for a technical solution to provide the following: ? An enhanced digital media information distribution channel to supplement and reinforce intranet, newsletter and system-wide messages. ? Provide employees with timely, dynamic, visual content that offers an array of information. ? Support the agency?s paperwork reduction goals and decrease reliance on print fliers ? Make information more accessible to employees via displays in high traffic or common areas. It is envisioned that the digital signage system will serve as a network-based digital broadcasting system implemented within the existing OCC network. The scope of the Digital Signage project is to implement a digital signage solution to the OCC. The project will implement digital signage core technology at OCC Headquarters 3.0 OBJECTIVE The objective of this contract is to implement a COTS-based Digital Signage hardware/software solution at the OCC. 4.0 SCOPE 4.1 General The scope of the Digital Signage project is to implement a hardware/software digital signage solution at OCC Headquarters. Within the scope of this contract, the Contractor shall perform the following activities: ? Conduct system demonstration ? Perform Test Lab Hardware/Software Installation, Configuration and Validation ? Perform Production Hardware/Software Installation, Configuration and Validation ? Perform System Testing and Remediation ? Perform System Knowledge Transfer ? Provide Weekly Status Reports ? Produce a Final Report 4.2 Requirements 4.2.1 Functional Requirements 4.2.1.1 The system shall consist of a software host application to provide content development and management tools for creating custom content and messaging for broadcast on remote display locations. 4.2.1.2 The system shall allow the display landscape to be partitioned into separate areas containing different content. 4.2.1.3 The system shall have the capability to display text at each administrator workstation, server and endpoint. 4.2.1.4 The system shall allow remote administration of display attributes. 4.2.1.5 The system shall be a scalable application suite with the ability to add displays, content stations, users, etc. 4.2.1.6. The system shall allow for content display scheduling. 4.2.1.7 The system shall allow for real-time status monitoring of devices and content. 4.2.1.8 The system shall have the capability to preview content before distribution to all endpoints. 4.2.1.9 The system shall have the capability to distribute different content to different endpoints. 4.2.1.10 The system shall have the ability to upgrade functional requirements. 4.2.2 Technical Requirements 4.2.2.1 The system shall consist of a client/server hardware configuration using a central application server and either a dedicated or shared local area network for content distribution to the display endpoints. 4.2.2.2 The system shall allow remote installation and configuration of the application software. 4.2.2.3 The system shall allow remote administration of application access rights. 4.2.2.4 The system shall have the capability to operate in a Windows 2000 Server and Windows XP client environment. 4.2.2.5 The display configuration shall be multiple plasma or LCD type displays with internal PC with windows XP SP2 or embedded and network card (10/100) or display with add-on media player. 4.2.2.6 The network backbone shall consist of standard CAT5+ or Fiber Dedicated. 4.2.2.7 The system must be able to run with Symantec's Enterprise Anti-virus program. 4.2.2.8 The system shall provide the ability to create, schedule, deliver and playback custom content across standard network architecture (TCPIP), using standard file formats and protocols. 4.2.2.9 The system shall enable content integration with typical workplace production applications such as MS Office, Adobe Suite, Web Browsers, Flash, etc. 4.2.2.10 The system shall be able to display multiple, scalable and configurable content windows on a single display based on available pixel constraints. 4.2.2.11 The system shall not require Proprietary Licensing, Continued Use Provisions, or upgrade path obligations required in base level functionality of software. 4.2.2.12 The system shall have the ability to upgrade technical requirements. 4.2.2.13 The system shall be compatible with commercially available assistive technology products that support users with disabilities such as, but not limited to, screen reader, speech recognition, and screen magnification software. (See Attachment B concerning 508 compliance for more). 4.3 Tasks The Contractor shall develop a project schedule for the work involved in this contract. A draft proposal shall be included in the Contractor?s proposal submission. A final project schedule shall be developed and submitted to the COTR for approval within one business week after start of the contract. The contract will be modified to incorporate the final project schedule. The OCC will provide access to the systems herein during this period and the OCC will coordinate questions, interviews and meetings. Please see/request Attachment A for OCC Digital Signage Conceptual Infrastructure Diagram. All tasks performed will include involvement of key Technical Infrastructure personnel to ensure comprehensive knowledge transfer occurs. 4.3.1 Conduct System Demonstration The Contractor shall be responsible for demonstrating the features and capabilities of the proposed hardware and software solution as outlined in the functional and technical specifications. 4.3.2 Perform Test Lab Hardware/Software Installation, Configuration and Validation The Contractor shall be responsible for the installation, configuration and validation of the system into the OCC Test Lab for Knowledge Transfer and On-the-Job Training opportunities for TI staff shadowing the Contractor to obtain technical expertise. The task includes the incorporation of all hardware and installation of all software components. 4.3.3 Perform Production Hardware/Software Installation, Configuration and Validation OCC staff will be responsible for the installation, configuration and validation of the Production system while the Contractor consults, reviews and validates the process. The task includes support for the incorporation of all hardware and installation of all software components into our existing network as identified in the OCC Digital Signage Conceptual Infrastructure Diagram (see Appendix A). 4.3.4 Perform System Testing and Remediation The Contractor shall be responsible for the development and execution of a written plan to effectively perform system testing and validate the system. The Contractor shall also be responsible for unit testing, integration testing, and initial system testing. System Test Results are expected to be provided to the OCC before User Acceptance Testing. The OCC will ensure proper access is provided to systems and personnel. The Contractor shall be responsible for the development of the user acceptance test plans as well as support for user acceptance testing. The contractor will coordinate the testing, compile test results, and manage any identified defects to resolution. User acceptance testing will be conducted in the Production environment. 4.3.5 Perform Knowledge Transfer The Contractor shall transfer all knowledge necessary to administer the system to Technical Infrastructure and Communications personnel. This knowledge will be provided in the form of documentation, presentations, and on-the-job training sessions (see Section 4.4 Deliverables). 4.3.6 Provide Weekly Status Reports The Contractor shall provide a weekly status report to the COTR. In the event that a Friday is a government holiday, the report is due by noon the following business day. 4.3.7 Produce Final Report The contractor shall provide a final report to the Contract Specialist and the Contracting Officer?s Technical Representative (COTR) at the conclusion of this contract. 4.4 Deliverables All deliverables will be deemed incomplete until acceptance of system documentation by the COTR. 4.4.1 Installation, Configuration and Knowledge Transfer The contractor shall provide the following documents, documentation and processes that are necessary for the completion of the design phase. ? Installation and Configuration Manual ? System User?s Guide ? Valid Manufacturer?s licenses, software CDs and manuals for all software provided by the Contractor ? Manufacturer?s manuals for all hardware ? Knowledge Transfer presentations/demonstrations 4.4.2 System Testing The contractor shall provide the following documents, documentation and processes that are necessary for the completion of the development phase. ? System Test Plan ? specific to functional and technical requirements that fulfills the accessibility requirements identified in the SOW. ? System Test Analysis Report ? System Test Problem Report 4.4.3 System Implementation The contractor shall provide the following documents, documentation and processes that are necessary for the completion of the test phase. ? Go-live Validation Checklist 4.4.4 Provide weekly status reports Weekly Status Reports will include the following information: ? Project Schedule Update ? Work Completed ? Work In Progress ? Current Issues and Risks ? Identify remedies to issues and risks. ? Identify IT needs and concerns Status reports are due by noon each Friday to the Contract Specialist and Contracting Officer?s Technical Representative (COTR). In the event that a Friday is a government holiday, the report is due by noon the following business day. 4.4.5 Produce Final Report The contractor will present a final report to the Contract Specialist and Contracting Officer?s Technical Representative (COTR) at the conclusion of this contract. The report shall summarize objectives achieved, significant issues and their status, problems, lesson learned. Final Report is due no later than the 15th business day following the completion of the Systems Implementation Phase. 5.0 TASK MANAGEMENT 5.1 Performance Measurement Plan (PMP) In developing the proposed PMP the Contractor shall provide a draft PMP as part of the contract proposal, which identifies specific performance measures that are relevant to this contract and deliverables. This PMP must be approved prior to award and shall take effect upon the recommendation of the COTR and approval by the Contracting Officer. 5.2 Personnel Management 5.2.1 Key Personnel The Contractor shall propose a Project Manager who shall direct and manage the contract. This individual shall act as the central point of contact with the Government. The Project Manager shall have full authority to act on behalf of the Contractor in the performance of the required services. The Project Manager should be experienced in Digital Signage implementation and must be able to read, write, and speak the English language fluently. The Contractor shall notify the COTR in writing prior to removing key personnel under this task order. The notification shall include a detailed justification for the change, an analysis of the anticipated impact on the performance of the task order, and the name and qualifications (resume) of the proposed replacement staff. Within 10 business days of contract award, the contractor shall identify the key resources that will be assigned to this project within their proposal submission. 5.2.2 Business Hours and Coverage Daily work requirements, questions, issues, meetings, and discussion topics which require OCC support, should be performed during the OCC business hours of 8:00 am to 5:00 pm . 5.2.3 Travel While no travel is expected under this contract, if there is travel it would be local only. Local travel is defined here to mean all travel within a 50 mile radius of OCC headquarters. OCC will not pay for this travel. 5.2.4 Information Security Government-provided information may take the form of policies, standards, guidelines, technical documentation, or databases. The Contractor shall protect from loss or unauthorized disclosure any materials or information made available to it during the performance of this task order. Contractor staff may be required to attend government-provided information security awareness briefings or training at the discretion of the COTR. 6.0 PLACE OF PERFORMANCE Activities under this task order shall be performed primarily on-site at OCC Headquarters located at 250 E. St. SW in Washington, DC. 7.0 PERIOD OF PERFORMANCE The period of performance shall be from date of contract award through the duration of the OCC approved Detailed Project Schedule not to exceed May 21, 2008. 8.0 CONTRACT TYPE This is a fixed price, performance-based contract. 9.0 OCC TECHNICAL POINT OF CONTACT The OCC COTR for this task is: Andr? LHeureux Phone: (202) 874-5039 E-mail: Andre.Lheureux@occ.treas.gov 10.0 GOVERNMENT FURNISHED INFORMATION & RESOURCES The Government will provide the contractor with existing technical drawings or documentation related to this task. 11.0 ACCESSIBILITY REQUIREMENTS The contractor must comply with Section 508 of the Rehabilitation Act of 1973, as amended, using the applicable technical standards, documentation, support, information and functional performance criteria. No exceptions for accessibility requirements are permitted without written approval from the COTR. Please request/see Attachments B & C for a breakdown of 508 requirements. Contract Clauses 52.212-2 EVALUATION ? COMMERCIAL ITEMS (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical/Functional Capability 2. Past Performance 3. Price Award will be based on best-value, taking into consideration Technical/Functional Capability, Past Performance and Price in accordance with FAR 13.106-2. The following listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at http://farsite.hill.af.mil/ FAR 52.203-6 (Alternate I) Restrictions on Subcontractor Sales to the Government FAR 52.204-6 Data Universal Numbering System (DUNS) Number FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions of Offerors ? Commercial Items FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-4 (Alternate I) Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items FAR 52.216-24 Limitation of Government Liability FAR 52.216-25 Contract Definitization FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.246-4 Inspection of Services ? Fixed Price 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) IDENTIFICATION/BUILDING PASS The Contractor shall coordinate with the COTR to assure that any employee requiring access to any OCC Complex has a contractor identification/building pass before the employee enters on duty under this contract. POST-AWARD MEETING The CO will schedule a post-award meeting with the Project Manager to discuss the following: 1. On-site hours; 2. Access to Premises; 3. Security Requirements; 4. Emergency procedures and phone numbers; 5. Quality Assurance PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL a) The Contractor shall comply with OCC personal identity verification procedures that implement HSPD-12, OMB guidance memorandum M-05-24 and FIPS Pub. 201. b) The Contractor shall insert this provision in all subcontracts when the subcontractor is required to have physical access to a Federally controlled facility or access to a Federal information system. c) The Contractor shall establish a process that assures all access cards and identification media issued to contractor employees for access to OCC facilities and information systems are returned in accordance with Treasury and local issuance policies and in a timely manner. This process shall include notification to the card/media issuing activity and the Contracting Officer Technical Representative (COTR) immediately when: 1) A contractor employee no longer requires the access or is no longer authorized possession or use of the card/media; 2) An access card and/or identification has been lost, stolen or unaccounted for; and 3) There is suspected or actual misuse, unauthorized use, or criminal acts committed with the card/media. SECURITY INVESTIGATIONS AND PERSONAL IDENTITY VERIFICATION The OCC shall have the right under the contract to require Contractor personnel that need access, as defined above, to undergo a security investigation. As used herein, ?contractor personnel? includes, but is not limited to, advisors or consultants to the contractor, subcontractors or their personnel, or any other persons under the auspices of the contractor. The type of security investigations conducted shall be determined by the OCC and will depend upon several factors including, but not limited to, the duration of the contract, the kind of access the personnel will have, the sensitivity of the duties the personnel will perform, and whether adequate investigations have previously been done. Investigations can range from credit and fingerprint checks to full background reviews. INFORMATION SECURITY The Contractor?s information security policy in effect as of the effective date of this contract is hereby incorporated by reference as a material part of this contract. The Contractor agrees to provide the OCC with at least thirty days written notice of any proposed changes to that policy. OCC shall have the right to review all technical standards or SAS 70 reviews, and conduct site visits, on an annual basis or when the notice of a significant change or event is provided. The Contractor shall provide at least thirty calendar days advance notice of any proposed or planned change to its security policy, site location, data storage location, technical standards, and vendor contract clauses dealing with the information security. The Contractor shall provide written notice to the Contracting Officer (CO) and Contracting Officer?s Technical Representative (COTR) as soon as possible but in no event longer than thirty calendar days after receipt of any new audits or security Assessment and SAS 70 reviews, or any incidents of information security compromise. If there is a breach of OCC sensitive information or data, the Contractor shall provide written or verbal notification to the CO and COTR within twenty-four hours of the breach. Verbal notification of a breach shall be followed up in writing by the end of the next business day. The Contractor further agrees to cooperate with the OCC in any inquiry or investigation for any breach of OCC sensitive information data. This requirement is in addition to information security other laws, rules and regulation to which the Contractor must comply. Contractor must give the Government access to facilities, databases, etc used during the contract. Contractor is to assume full liability for any loss/damage (except when loss/damage is beyond control and without fault/negligence) including cost of cleaning security breaches, lost productivity, etc. At the expiration of the contract, the contractor shall return all sensitive OCC information and IT resources provided to the contractor during the contract, and a certification that all OCC information has been purged from any contractor-owned system used to process OCC information. Organizational elements shall conduct reviews to ensure that the security requirements in the contract are implemented and enforced. PRICE SCHEDULE Please provide pricing for CLIN?s below. PERFORMANCE PERIOD (Date of Award through Completion {Not to exceed 05/31/2008}) Line Item Item Qty Price CLIN 0001 45? Display Monitor 2 CLIN 0002 32? Display Monitor 9 CLIN 0003 Display Mount for 45? 2 Monitor CLIN 0004 Display Mount for 32? 9 Monitor CLIN 0005 Player Hardware (PC) 11 CLIN 0006 Software Solution 11 CLIN 0007 Installation/Implementation 1 Support Proposal Format and Submission Instructions Deadline for Receipt of Proposals is January 7, 2007. Proposals shall contain two volumes. ? Volume I ? Technical Capability, electronic submission and include all data and information required for evaluation, and exclude any reference to the pricing aspects of the offer and shall include the following: Factor 1: Technical Approach and Factor 2: Past Experience with Digital Signage Implementation. Volume I submissions are limited to the maximum number of pages in length of 20. Pages shall be consecutively numbered. ? Volume II - Price Proposal, electronic submission to include the completed solicitation documents and a complete price breakdown as specified in the price schedule above The Government may have discussions and provide for demonstrations by vendors who fall within the competitive range. The CO will establish a competitive range of the most highly rated proposals. If the Contracting Officer determines that the number of proposals in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Points of Contact Contract Specialist: Thomas Coleman; Phone: 202-874-7290; Email: Thomas.Coleman@occ.treas.gov Contract Officer: Edwin Davis; Phone 202-874-5144; Email: Edwin.Davis@occ.treas.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-DEC-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/TREAS/OCC/ASDMS413/CC-08-HQ-P-0010/listing.html)
- Place of Performance
- Address: 250 E Street SW Washington, DC
- Zip Code: 20219
- Country: UNITED STATES
- Zip Code: 20219
- Record
- SN01475742-F 20071223/071221232807 (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 |