Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2008 FBO #2574
DOCUMENT

D -- Freedom of Information Act Software Tool - Answers to Questions

Notice Date
12/11/2008
 
Notice Type
Answers to Questions
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
09ZFLRA000018
 
Response Due
12/15/2008 3:00:00 PM
 
Archive Date
12/30/2008
 
Point of Contact
Marc L. Long,, Phone: 301-443-7086
 
E-Mail Address
Marc.Long@psc.hhs.gov
 
Small Business Set-Aside
N/A
 
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. The solicitation number is 09ZFLRA000018 and it is issued as request for quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. This is an unrestricted RFQ. The associated NAICS code is 541511 and the size standard is $25 million. CLIN 1 – FOIAXpress (or Equal) concurrent 4:1 user license, Qty 6, Each; CLIN 2 – FOIAXpress (or Equal) Annual Maintenance, QTY 6, Each; CLIN 3 – ScanXpress (or Equal) License, Qty 1, Each; CLIN 4 – ScanXpress (or Equal) Annual Maintenance, Qty 1, Each; CLIN 5 – Public Access Link (PAL) (or Equal), Qty 1, Each; CLIN 6 – PAL Annual Maintenance (or Equal), Qty 1, Each; CLIN 7 – Two Day Training Sessions, Qty 3, Each; CLIN 8 – Technical Support Services (On-Site Installation and Configuration), Qty 1, Each. The Federal Labor Relations Authority (FLRA) requires a Commercial Off-The-Shelf (COTS) software tool to assist FLRA in meeting the requirements for receiving, tracking, and responding to the public on FOIA information, in addition to providing all required reports in a timely manner to the Department of Justice (DoJ). The software tool shall meet the requirements set forth below in order to be considered for award: Request Management: •Track request received electronically (email) •Track request submitted by mail •Create and track request for each regional office •Report workload data •Receive requests via the Internet Correspondence Management: •Templates for automatic response to request •Ability to modify templates as necessary by FLRA staff •Ability to add templates easily to system Document Management: •Open Architecture •Ease of interfacing with 3rd party document management software •Scan and import files Fee/Payment Management: •Ability to set standard fees •Automatically calculate fees for research, prep, reproduction •Retrieval and search Document Redaction, Review, and De-Classification: •Electronic Redaction •List of all application laws for redaction •Retrieval and search •FOIA & PA exemption codes quickly & easily noted within redactions •Multi-layer redaction capability •Rectangle and polygon redaction shapes •Stamping Capability •Sticky-notes capability •Area for comments Reporting: •Automatically generate required annual FOIA compliance reports •Billing Reports •Audit Trails Installation: •Ease of installation •Windows based software •Automatic upgrades provided by vendor as laws are changed/added •Customer service support •Hardware/software reuse of current hardware (I.e. purchase new or use old hardware) •Full turn-key installation Security: •Fit under the Active Directory Structure •Audit capability •User ID and password required •Access control / privileges Monitoring: •Capability for monitoring progress of all request •Classifies and tracks, simple, complex, and expedited request •Track duplication of request •Metadata and full text search Public Access: •Web-based •508 Compliant All items and services shall be delivered FOB Destination to 1400 K Street, NW, Washington DC 20005, within 30 days from date of award. The provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 is not applicable. The Following Criteria will be used to evaluate and score the Offeror’s proposal: 1. Tool capability criteria (80 points): The Offeror shall include detailed information and address each of the following criteria for the FOIA tool: Request management (10 points), Correspondence management (10 points), Document management (10 points), Fee/ pay management (5 points), Document redaction (10 points), Review and De-classification (5 points), Reporting (10 points), Customer Base (5 points), Installation (5 points), Security (5 points), Monitoring and Public access (5 points). There is no page limit; however those offers that only provide marketing literature with no written proposal addressing the evaluation criteria will be unacceptable and not considered for award. Marketing literature and/or materials may be submitted with the written proposal, but only as reference material and will not be scored. 2. Past Experience (20 points): The Offeror shall include five (5) U.S. Federal agency references (contracts) showing relevant past experience and current capability. The following information shall be provided for each reference: Contract Number; Agency/Company; Name of contact; telephone number; email address. The Government shall contact these references to discuss the proposed tool and service. Evaluation will be based on these interviews. The Offeror shall discuss both similarities and differences between this proposed effort and the five referenced contracts. It will be the only chance the Offeror will have to describe any difficulties, issues and/or accomplishments with the referenced contract. From this information, the Government will determine the overall risk assessment regarding the Offeror’s likelihood of success on the proposed project. If the Offeror does not have five references, the Government will evaluate the references provided. The Offeror’s score will be deducted by 4 points per reference less than 5. Award will be made to the best value offeror considering price and other factors, e.g., past performance and quality. The Government will issue one award resulting from this synopsis/solicitation. Offers not pricing all line items will not be considered for award as this is being acquired on an all or none basis. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Please note: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (OCT 2008), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (17) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). (36) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (39) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). Offers are due on Monday, December 17, 2008 @ 3:00 pm. EST electronically to the Contract Specialist. Please contact Marc Long, Contract Specialist, 301-443-7086, marc.long@psc.hhs.gov, regarding this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=01c6ec0e539d38790c30b40aeea80274&tab=core&_cview=1)
 
Document(s)
Answers to Questions
 
File Name: 09ZFLRA000018 Amend 01 Q&A (09ZFLRA000018 Amend 01 Q&A.doc)
Link: https://www.fbo.gov//utils/view?id=5cc28ef52719512bba95e86c4d88ebbe
Bytes: 39.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1400 K Street, NW, Washington, District of Columbia, 20005, United States
Zip Code: 20005
 
Record
SN01717241-W 20081213/081211215441-01c6ec0e539d38790c30b40aeea80274 (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.