SOLICITATION NOTICE
D -- CA Clarity Acuity/Crystal Reports Technical Staff
- Notice Date
- 4/17/2008
- Notice Type
- Modification/Amendment
- Contracting Office
- Securities and Exchange Commission, Procurement and Contracts Branch, Operations Center, 6432 General Green Way Ms 0-20, Alexandria, VA 22312
- ZIP Code
- 22312
- Solicitation Number
- SECHQ108R8119
- Response Due
- 5/2/2008
- Point of Contact
- Jacqueline J Johnson,, Phone: 2025517304
- E-Mail Address
-
johnsonja@sec.gov
- Description
- MODIFICATION NOTICE: Bids are being solicited under solicitation number SECHQ108R8119. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 66100_04. GSA Schedule Bids Preferred, But Not Required: Sellers may either provide a GSA Schedule or an Open Market bid. If bidding with a GSA Schedule, the requested items must be on that Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-05-02 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The Securities & Exchange Commission requires the following items, Meet or Exceed, to the following: LI 001, Base Period - Contractor Technical Staff See Attached Statement of Work, 2000, Hours; LI 002, Other Direct Costs (ODCs) CA Clarity Actuate/Crystal reports, 1, EA; LI 003, First Option Period - Contractor Technical Staff See Attached Statement of Work, 2000, Hours; LI 004, Other Direct Costs (ODCs) CA Clarity Actuate/Crystal reports, 1, EA; LI 005, Second Option Period - Contractor Technical Staff See Attached Statement of Work, 2000, Hours; LI 006, Other Direct Costs (ODCs) CA Clarity Actuate/Crystal reports, 1, EA; LI 007, Third - Option Period - Contractor Technical Staff See Attached Statement of Work, 2000, Hours; LI 008, Other Direct Costs (ODCs) CA Clarity Actuate/Crystal reports, 1, EA; LI 009, Fourth - Option Period - Contractor Technical Staff See Attached Statement of Work, 2000, Hours; LI 010, Other Direct Costs (ODCs) CA Clarity Actuate/Crystal reports, 1, EA; LI 011, System Transition Option Period - Contractor Technical Staff See Attached Statement of Work, 500, EA; LI 012, Other Direct Costs (ODCs), 1, EA; For this solicitation, Securities & Exchange Commission intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Securities & Exchange Commission is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Contact Brenda Kersh (kershb@sec.gov) via email and ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov Vendors must review SOW prior to submitting pricing. The contractor shall propose and provide a Technical Support key person with the following qualifications: a) Have a minimum of one (1) year of post-CA Clarity Functional Bootcamp experience; and shall be and remain Level 300 functionally certified. The offeror shall submit the key persons certification credentials at the time of proposal. b) Have played a substantial role in the functional activities involved in the successful operation and maintenance of a CA Clarity 8.x implemented system at two or more customer sites, not counting the SEC, over a period of one year or more within the last two years.c) Have experience generating complex reports both directly from and indirectly through the CA Clarity system; andd) Have extensive experience configuring all of the CA Clarity modules, including those that are not yet in use at the SEC, to meet customer operational requirements. The contractor key person shall be available to work on this task on Government business days, at the contractors site and onsite at the SEC Operations Center in Alexandria, VA with 24 hours notice. The key person shall perform not less than 75% of the total billable labor on this task order, except for CLIN 0501. The SEC will provide the contractor with access to all technical guidance and staff necessary to complete planned activities. The offeror shall be and shall remain certified by CA to implement, maintain, and support the CA Clarity system. The offeror shall have experience creating Actuate/Crystal reports and integrating them into a CA Clarity System for more than three (3) customers. Time and Materials, with incentives; ceiling price. The following incentive guidelines are hereby incorporated: 15% of the total award amount is set aside as a performance incentive, payable in a lump sum quarterly. The SEC will base the incentive payment on the satisfaction of the Contracting Officers Technical Representative (COTR) and on accomplishment of the project objective OR timely notification of (and the initiative shown to resolve) issues that might prevent that accomplishment. The contractor will be exposed to long-term procurement information and is prohibited from consulting on or participating in any Information Technology (IT) work or business process support work in any division of the SEC, with the exception of other non-operational IT services in direct support of the CIO staff. This prohibition extends to all members of the staff of the contractor and any sub-contractors (i.e., the SEC will not accept Chinese Wall arrangements within the contractors organization). An officer of the contractors company and of each of the proposed sub-contracted companies shall execute a certification that no such work or prospective bid team exists and that they are aware of this provision. Every member of the contractors staff that works directly on this task shall execute a non-disclosure agreement. In the event that the SEC determines that the contractor or a sub-contractor is included on a team that intends to bid, or passes information to another contractor that intends to bid, on work at the SEC that this clause prohibits (regardless of whether the bid is successful or even submitted) then this task order shall be terminated for cause and the contractor shall be barred from work at the SEC, and the SEC may further apply such other provisions as the FAR may then provide. In addition, the entire bid team may be disqualified from the procurement in question. Vendor experience in similar tasks; appropriateness of offered personnel; efficiency of technical approach; and cost of service, where cost of service is least significant All Technical question shall be received via email by close of business on April 25th 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f4d250afca5bbeeed0dd10ab656d9385&tab=core&_cview=1)
- Place of Performance
- Address: Multiple shipping information.
- Zip Code: Multiple
- Zip Code: Multiple
- Record
- SN01556037-W 20080419/080417220001-f4d250afca5bbeeed0dd10ab656d9385 (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 |