Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2009 FBO #2913
SOURCES SOUGHT

D -- Scheduling Application

Notice Date
11/13/2009
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, District of Columbia, 20510-7207
 
ZIP Code
20510-7207
 
Solicitation Number
SAA-2010-003
 
Archive Date
12/22/2009
 
Point of Contact
Corazon R. Carag,
 
E-Mail Address
acquisitions@saa.senate.gov
(acquisitions@saa.senate.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY TO PRE-QUALIFY VENDORS. ALL INFORMATION NEEDED BY INTERESTED PARTIES TO SUBMIT THEIR QUALIFICATIONS IS CONTAINED HEREIN. 1. Introduction The United States Senate Office of the Sergeant at Arms (SAA) is seeking highly qualified sources for multiple awards of Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide software applications for the management of personal scheduling and calendars (Scheduling) for United States Senate Senators, Senatorial staff and Committee staff. 2. Scope The Senate will award IDIQ contracts to those vendors the Senate concludes can offer suitable Scheduling applications that meet the functional and technical requirements and that can also provide the installation, technical support and training work to be required. The Contractor shall provide a Scheduling application that is compatible with the Senate computing environment and meets the following general requirements. The subsequent solicitation for Scheduling Software will contain functional and technical requirements in more depth. 3. General Requirements a. Application must operate in the Microsoft Windows operating systems (XP and above). b. Application must provide for controlled access, by user ID, to write to and/or view the Senator's schedule. c. Application must be able to synchronize schedule/calendar data with a electronic devices such as a PDAs, Smartphone, and RIM's BlackBerry either directly or through the Senate's Microsoft Exchange servers. d. Application must be able to exchange schedule and calendar information with Microsoft Outlook without the use of third party utilities or applications. e. Application must be able to provide hard copy printouts of a daily/weekly schedule in a variety of formats including the legacy "pocket card". f. Application must be able to maintain separate calendars for Senator's home state and DC schedules with a combined view available. g. Application should provide for both public (all staff) and private (select staff) views of the Senator's personal schedule. h. Application should track a history of requests for appointments by individual requestor (person or organization). History should include, at a minimum, date of request, disposition (accept/refuse), attendees, subject, points of contact, and time, date and location of meeting. i. Application should provide multiple on-screen views of schedule/calendar information (e.g. day, week, month). 4. Response Instructions The Vendor shall provide the following: 4.1. Narrative Response The narrative response (not including graphics and screenshots) shall address each requirement, a. through h. above, and be no longer than 15 pages in length. Examples in the form of screenshots shall be provided as appropriate to illustrate the product's satisfaction of the general requirements listed in Section 3 above. The narrative should also address how the vendor's application would satisfy the Senate's technical directive that Senate business systems shall be available to users "anytime, anywhere". 4.2 Features Matrix The Vendor shall provide a matrix listing and describing the key features of its Scheduling application. The features matrix shall include: a) List of possible on-screen views (daily, weekly, multiple persons, etc.) b) List of hardcopy output formats by size and view (what data each displays) c) Compatible electronic devices (e.g. synchronize data to smartphone) d) Data exchange capabilities between the Scheduling application and commonly used Senate applications such as MS Outlook or Constituent Services System application e) Historical data tracking f) Security/access control features g) Operating system/client-side requirements (hardware and software) h) Client software description (e.g. browser-based, client server, etc.) 4.3 Past Performance Vendors shall provide a list of present and prior clients using the Scheduling application in an environment similar to that of the U.S. Senate, i.e. legislative. While past legislative experience is not requirement, having such will be a positive factor during the evaluation of responses. Please include the following information: a) Client name; b) Point(s) of contact (POC) who can speak on the Scheduling application installed and title, phone number and email address if any; c) Number of years as a provider of the Scheduling application; d) Description of installations of the Scheduling application, including those that are illustrative of legislative experience, if any. Responses are due no later than December 7, 2009, at noon EST, and shall be submitted electronically via email only to the attention of Cora Carag at "Acquisitions@saa.senate.gov". No other method of transmittal will be accepted. The response shall not exceed the page limitation provided herein. Pages over the indicated page limitation will be discarded. The subject line of the email message shall be "Scheduling Application Response". The Vendor shall provide their Tax ID and Dunn and Bradstreet number as well as the information specified above in sections 4.1 Narrative Response, 4.2 Features Matrix and 4.3 Past Performance. Access to information in any files attached to the response is the responsibility of the submitting party. The SAA is not responsible for any failure to access information. Selection of a firm for negotiation is through an order of precedence based on demonstrated competence and qualifications necessary for the satisfactory performance of the services required, as determined by applying the following criteria: 1. Corporate Experience; 2. Technical Experience, and 3. Past performance. If suitable responses are received from qualified sources, the SAA anticipates notification to selected vendors in late December, 2009. The period of the contract will be from the date of award through September 30, 2010 with four one-year renewal options. The Senate or the SAA will not be responsible for any costs incurred in the preparation of responses to this announcement. THIS NOTICE CONSTITUTES THE ENTIRE ANNOUNCEMENT AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR U.S. SENATE. TELEPHONE OR E-MAIL QUESTIONS OR REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/Senate/SAA/SAAFD/SAA-2010-003/listing.html)
 
Place of Performance
Address: United States SenateOffice of the Sergeant at Arms, Washington, District of Columbia, 20510, United States
Zip Code: 20510
 
Record
SN02003445-W 20091115/091113235554-8ca988e23fcbbe21a5eb67e6d1d17c5f (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.