SOLICITATION NOTICE
70 -- Maintenance & Technical Support for Oracle/Siebel Products - RFQ#NLRB 09-42-0039
- Notice Date
- 3/26/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- National Labor Relations Board, Division of Administration, Procurement and Facilities Branch, 1099 14th Street, N.W., Washington, District of Columbia, 20570
- ZIP Code
- 20570
- Solicitation Number
- NLRB-09-42-0039
- Archive Date
- 4/15/2009
- Point of Contact
- R. Linda Willis,, Phone: 2022734212, Ebony Fultz,, Phone: 2022734040
- E-Mail Address
-
linda.willis@nlrb.gov, Ebony.Fultz@NLRB.gov
- Small Business Set-Aside
- N/A
- Description
- Word Document of RFQ #NLRB-09-42-0039 National Labor Relations Board (NLRB) Division of Administration Procurement and Facilities Branch Announces a requirement for the Maintenance of SIEBEL Public Sector Version 8.0 Combine Synopsis/Solicitation RFQ # NLRB 09-42-0039 All interested responsible sources may submit a quotation that, if timely received, shall be considered by NLRB. Expected Award Date is April 6, 2009. RESPONSE DATE:March 31, 2009 @ 2:30 p.m.EST SUBMIT RESPONSES TO:Linda Willis, Contracting Officer E-mail: Linda.willis@nlrb.gov PLACE OF PERFORMANCE:National Labor Relations Board (NLRB) Office of the Chief Information Officer 1099 14th St., N.W. Washington, DC 20570 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is NLRB 09-42-0039 and is issued as a Request for Quotes (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-30. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 -- Software Publishers. This requirement is unrestricted and only qualified offerors may submit bids. FOB Destination shall be NLRB HQ at Washington, DC 20570. Please include your DUNS number and Taxpayer Identification Number (TIN) in your response to this requirement. The requirement is for: Support Maintenance and technical support for SIEBEL Public Sector and its components and Oracle Business Intelligence Enterprise Edition as described below: NATIONAL LABOR RELATIONS BOARD RFQ #NLRB-09-42-0039 MAINTENANCE & TECHNICAL SUPPORT FOR ORACLE PRODUCTS 1.0 Background: The scope of work for this anticipated fixed price type contract is to provide support maintenance and technical support for the following Oracle products; Siebel Public Sector and its components, and Oracle Business Intelligence Enterprise Edition. These Oracle products are used to develop the Agency’s Next Generation Case Management System (NxGen). This system is a result of the National Labor Relations Board’s (NLRB) initiative to meet modernization and automation needs for Unfair Labor Practice and Representation case processing. NxGen incorporates the functionality of various case legacy applications and new business processes, resulting in an agency-wide case management system. 2.0 Scope TECHNICAL SUPPORT Technical support shall allow direct contact to technical Oracle/Siebel subject matter experts knowledgeable in the appropriate software. The Oracle/Siebel expert shall assist NLRB with analysis and resolutions to software service requests. Technical support shall be available Monday through Friday during normal business hours (9:00A.M. to 5:00P.M. EST). Access to Oracle Meta Link shall be available 24 x 7 to track and log requests for service. Oracle’s Technical Support can be found at: Oracle’s technical support policies in effect at the time the services are provided. http://www.oracle.com/support/policies.html SOFTWARE UPDATES The software maintenance support shall include upgrades to the most current versions at no cost to the Government for relevant NLRB licenses, program updates to include functionality and general maintenance releases, fixes and patches made available via Meta Link. A list of all components that shall be supported is listed below. Siebel Product SupportQuantity Siebel End User Siebel Public Sector CRM Base v81 Siebel Remote Client1 Siebel Advanced Search1200 Siebel Server Sync - MS Exchange Server1200 Siebel Configuration Software Siebel Tools5 Siebel Web UI Dynamic Developer Kit5 Oracle Business Intelligence (Analytics) BI Suite Enterprise Edition v10.1.3.3250 BI Application Consumer250 Oracle Business Intelligence Configuration Data Warehouse Business Adapter for Siebel1 Case Management Analytics1 Case Investigations Analytics1 Business Intelligence Server Administrator3 Informatica OEM PowerCenter ETL Server for Physical Server1 3.0 Selection Criteria a. Past Performance b. Technical c. Price. A single award will be made on the basis of the Lowest Price, Technically Acceptable. 4.0 Point of Contact Linda Willis Contracting Officer Linda.willis@nlrb.gov 5.0 Period of Performance The proposed contract will have a Base Period of one year beginning on April 5, 2009 to April 4, 2010 with four one-year Option Periods. Option Periods: April 5, 2010 – April 4, 2011 April 5, 2011 – April 4, 2012 April 5, 2012 – April 4, 2013 April 5, 2013 – April 4, 2014 6.0SPECIAL REQUIREMENTS 6.1 Security Clearances The Contractor shall provide only fully qualified personnel for the work performed under this tcontract and they must also have the appropriate security investigation clearance of a NACI. It is anticipated that the work to be accomplished under this task will be unclassified. 6.2 Security and Controls Contractor employees performing under this SOW must sign a written non-disclosure agreement before data and information may be disclosed to them. All data, information, draft, and final work products including logs, files, and passwords, will be turned over to the government upon completion of this task. The data or information obtained during the course of this effort shall not be disclosed to anyone unless expressly authorized in writing by the Government project manager and task-ordering officer. All products from the industry partner must be certified to be free of computer viruses. 6.3Information Confidentiality (a) To the extent that the work under this contract/task order(s) requires that the contractor be given access to confidential or proprietary business, technical, financial information belonging to the government or other companies, including pre-decisional budget and acquisition sensitive information, the contractor shall, after receipt thereof, treat such information as confidential and agree not to appropriate such information to its own use or to disclose such information to third parties unless specifically authorized by the contracting officer in writing. The foregoing obligations, however, shall not apply to: (1) Information that, at the time of receipt by the contractor, is in the public domain; Information, that is published after receipt thereof by the contractor or otherwise, becomes part of the public domain through no fault of the contractor; Information that the contractor can demonstrate was in his possession at the time of receipt thereof and was not acquired directly or indirectly from the government or other companies; Information that the contractor can demonstrate was received by it from a third party that did not require the contractor to hold it in confidence. (b) The contractor shall obtain the written agreement, in a form satisfactory to the contracting officer, of each employee permitted access, whereby the employee agrees that he will not discuss, divulge or disclose any such information or data to any person or entity except those persons within the contractor's organization directly concerned with the performance of the contract. (c) The contractor agrees, if requested by the government, to sign an agreement identical, in all material respects, to the provisions of this clause, with each company supplying information to the contractor under this contract, and to supply a copy of such agreement to the contracting officer. From time to time upon request of the contracting officer, the contractor shall supply the government with reports itemizing information received as confidential, proprietary, pre-decisional budget information, or acquisition sensitive information, and setting forth the company or companies from which the contractor received such information. (d) The contractor agrees that upon request by the Contracting Officer it will execute a Contracting Officer approved agreement with any party whose facilities or proprietary data it is given access to or is furnished, restricting use and disclosure of the data or the information obtained from the facilities. Upon request by the Contracting Officer, contractor personnel shall also sign such an agreement. (e) This clause shall flow down to all subcontracts and teaming agreements 6.4 Safeguarding of Information Unless otherwise specified, all information which is produced, or otherwise available to the contractor during their performance of this contract shall be considered confidential and proprietary and shall not be used for any purpose other than performance of the work under this task order. The products of the contractor’s work shall not be shared with anyone or group without written permission of the GTR/GTM. Regardless of the form of this data, the contractor shall not disclose or allow disclosure of any such data or derivatives, except as may be required in the performance of this contract. All data shall be returned to the GTR/GTM at the completion of the contract 6.5Privacy Act Work on this project may require personnel to have access to Privacy Information and/or sensitive but unclassified information (pre-decision budget information). Personnel shall adhere to the Privacy Act, Title 5 of the U.S. code, Section 552a and applicable agency rules and regulations. Personnel may be required to execute non-disclosure agreements on a case-by-case basis, depending upon the need to access sensitive budget information. C.7OTHER SPECIAL REQUIREMENTS 7.1Documents Incorporated By Reference. The documents listed in the table below shall apply. The Contractor shall comply with those standards and guidelines. The Government may revise, update, rescind, or replace any of these documents at any time. The Contractor shall comply with the latest version of any applicable document referenced herein. Document No. / URL Title OMB Circular A-130Management of Federal Information Resources 8.0 CLAUSES 52.212-2 Evaluation—Commercial Items (Jan 1999) (a) 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 shall be used to evaluate offers: 1. Past Performance 2. Technical 3. Price. Technical and past performances, when combined, are equal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following clauses are incorporated by reference: FAR # Title 52.212-1 Instructions to Offerors—Commercial Items (June 2008) are applicable to this solicitation 52.212-2Evaluation – Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certifications (June 2008) offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items, with their bids. 52.212-4Contract Terms and Conditions – Commercial Items (Feb 2007) 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (June 2008) 52.217-8Option to Extend Services (Nov 1999) 52.217-9Option to Extend the Term of the Contract (Mar 2000) 52.217-4Evaluation of Options Exercised at Time of Contract Award (June 1988)
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=debe40428a6fd31c3b2d9a9d2eb5dc09&tab=core&_cview=1)
- Place of Performance
- Address: National Labor Relations Board, 1099 14th St. N.W., Washington, District of Columbia, 20570-0001, United States
- Zip Code: 20570-0001
- Zip Code: 20570-0001
- Record
- SN01779103-W 20090328/090326221036-debe40428a6fd31c3b2d9a9d2eb5dc09 (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 |