SOLICITATION NOTICE
R -- Land and Water Conservation Fund (LWCP) State Assistance Program requires parttime support services of an experienced recreation grant manager for the automated LWCF Legacy Information System/Database.
- Notice Date
- 2/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- WASO - WCP - Denver Contracting & Procurement 7333 W. Jefferson Avenue Lakewood CO 80235
- ZIP Code
- 80235
- Solicitation Number
- N2225100009
- Response Due
- 2/17/2010
- Archive Date
- 2/3/2011
- Point of Contact
- June C. Zastrow Contract Specialist 3039692363 June_zastrow@nps/gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.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 FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No. N2225100009 is issued as a Request for Proposal (RFP) and will be awarded as a firm-fixed price contract for Commercial Items. The North American Industry Classification System (NAICS) is 541611. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-06. This procurement is a commercial item and is a Full and Open Competition. Statement of Work - February 2010 General Requirements: The Land and Water Conservation Fund State Assistance Program requires part-time support services of an experienced recreation grant manager for the automated LWCF Legacy information system/database. The duties include maintaining essential updates, user training, ad hoc reporting and maintenance for the existing LWCF information system/database; facilitating the transition of existing database functions to the standard being imposed by the Department of the Interior to all DOI financial assistance programs; and support activities identified below in the event of future funding of the Urban Park and Recreation Recovery (UPARR) Program. Period of Performance: February 17, 2010, to February 16, 2011. Contract will include one (1) base year (NTE $61,000) plus four option years. General Requirements and Overview: The State and Local Assistance Programs Division, National Park Service, requires specialized automated data processing (ADP) support for the administration of the LWCF (and UPARR) grant program (general information on both programs can be found at http://www.nps.gov/lwcf and http://www.nps.gov/uparr respectively). The LWCF Legacy information system/database serves as a repository for individual grant project information including statistical and financial data, and qualitative legacy data for all state and territory public outdoor recreation projects financially assisted with LWCF grants since 1965.The National Park Service has a statutory responsibility for continued monitoring LWCF sites in perpetuity pursuant to LWCF Act, Section 6(f). On-going grant funding requires daily monitoring and preparing special statistical reports upon request and weekly on-site technical support service (data back-ups, financial data merges). The following is required: a thorough and broad understanding the LWCF (and UPARR) grant programs, knowledge of the grant data informational and financial system as it relates to management's needs to carry out the program and ability to provide a high level of computer technical and specific database expertise so that the resulting informational product fully meets the needs of the program through the contractor's work. May require travel to Regional Offices, as needed which will be reimbursed IAW Federal Travel Regulations. LWCF grant data (legacy and current) is stored and maintained on two SQL Servers in the Data Center and the data is maintained through a web based application by Regional Offices and State officials. This data is updated daily and accessed by the general public as well as NPS program officers and State grant managers. The LWCF database application (CRYSTAL REPORTS XI) provides both standard and ad hoc reporting capability with expansion capability (see http://www.nps.gov/lwcf for examples of three (3) standard public reports currently accessible to all of the above). Tasks: o Tasks and support activities which include providing on-going technical support to federal and state LWCF managers and staff to ensure a functional grant management tool is developed and maintained to meet administrative needs and legal requirements of the LWCF program. o Provides on-going technical support to federal LWCF managers and staff to assure a functional grant management tool is developed to meet administrative needs and legal requirements of the LWCF program using contractors. This includes but is not limited to design development for new automated database reports to meet OMB reporting requirements and grant management requirements.- Monitors quality of information inputs and keeps managers informed of inadequacies. Makes proactive recommendations for improving overall quality of information system.o Develops a series of monthly reports and queries to ensure accuracy and timeliness of data entry by Regional Staff and the integrity of the AOC financial data merge.o As needed by managers, calculates the LWCF apportionment (MSExcel) to assure "State" funding in accordance to the law or to otherwise run scenario funding as requested by U.S. Congressional staff and adjusts formula as needed and/or requested.o Facilitates communications between contractors, grant managers and technical staff in order to assure that the resulting automated LWCF system meets the program requirements using contracted services. o Facilitates the monthly merge of AOC-generated finance data into the LWCF database and otherwise assure that system back-ups are maintained on the LWCF servers. LWCF financial data is imported on a monthly basis via e-mail attachment in text file format from the NPS Accounting Operations Center (AOC). This AOC migration process has been developed to enable most recent monthly financial data to be merged easily into the primary LWCF database. This procedure updates all financial changes by AOC since the last data merge. Records unmatched to a grant identifier are held in a file and become part of the next update process. This monthly migration must be done using the internet access directly on the servers located in the on-site Data Center.o Provides technical support to staff in the transition of the existing LWCF database to PRISM-grants - the system selected by the Department as the standard for all DOI financial assistance programs.o If funded, provides technical assistance to the UPARR Grant Round managers to assure proper grant request tracking from arrival in WASO to the final panel review until new in development automated system is tested successfully, when needed. Contractor is required to be in attendance during the UPARR grant final selection process to specifically monitor the approval process to assure that fiscal limitations by category, imposed by law, are adhered to by the selecting grant panel if program is funded. Provides technical support to staff in the development of an automated UPARR grant management application and review system.o Provides technical and information support to LWCF managers in effort to increase server capacity to accommodate new NPS in-house storage and retrieval system of LWCF Legacy pdf files, images, and other documents as necessary.o Provides technical and information support to LWCF managers in development of LWCF relational database layers for Section 6(f) lands and associated resources.o These duties may require between 8 and 24 hours a week, with approximately 80 percent time available on site, or as needed.o Provides basic support for both hardware (servers) and software including on-going developmental changes in data entry procedures and ad hoc reporting need. Hardware Support Requirements: Two existing servers (SQL Server 2000) must be maintained to assure online web-based database service is available nationwide 24 hours a day. A fail-safe backup system must be maintained to assure no loss of data for all but the last 24 hours of data entry activity. Support person is directly responsible for ensuring server maintenance.END OF SOW The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-02 Evaluation of Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.239-1 Privacy or Security Safeguards, FAR 52.222-54 Employment Eligibility Verification (Jan 2009). For full text of FAR Clauses, the web site address is www.arnet.gov. EVALUATION OF COMMERCIAL ITEMS: All offers must include with their quotation a completed copy of the Federal Acquisition Regulation provision 52.212-3, Offeror Representations and Certifications-Commercial Items. All offers must also include the Base Year and all Option Year Prices and a total price. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. 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). The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Offerors wishing to respond to this RFP should provide this office with the following: A technical proposal and a price proposal. FAR 52.212-1 Instructions to Offerors (addenda) Proposal Preparation Instructions A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three (3) separate parts; Part I - Price Proposal, Part II - Technical Proposal, and Part III - Past Performance Information (PAGE LIMIT OF 2). B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. C. Specific Instructions: Offers shall be received by February 17, 2010, 3 p.m. Mountain Standard Time. Offers shall be submitted electronically to the Contracting Specialist at the following e-mail addressJune_Zastrow@nps.gov. Telephone number 303-969-2363. FAX 303-969-2402 The Contracting Officer is Mary Ray at the following e-mail address: Mary_Ray@nps.gov. Telephone number 303-987-6719. FAX 303-969-2402. 1. PART I - PRICE PROPOSAL - No Page limit. Base Year $_____________________Option Year One $_____________________Option Year Two $_____________________Option Year Three $_____________________Option Year Four $_____________________ Total Price $_____________________________ 2.PART II - TECHNICAL PROPOSAL - Limited to no more than 5 pages. Page limit excludes resumes. (a) Technical Capability Description: The proposal must demonstrate a complete understanding of the requirement and clear awareness of the contract objectives. Proposal must demonstrate that the offeror is highly knowledgeable on the technical subject matter well enough to anticipate and avoid problems and to react appropriately when problems do arise in accordance with the attached Statement of Work (SOW). (b) Key Personnel: Offeror must demonstrate they will allocate personnel resources to this contract with the necessary competency and experience in the skills required to execute the requirements of this contract. A resume, no longer than two pages, for each individual who will directly contribute to the deliverables of this contract shall be submitted. Resumes should reflect the academic qualifications and length/variety of experience in similar work. If subcontracting is proposed, the same information shall be provided to support subcontractor qualifications. 3.PART III - PAST PERFORMANCE INFORMATION - Provide references for same or similar type work performed. The Offeror shall describe previous experience in the performance of projects similar in size, scope, technical difficulty and compexity to the requirement being competed. The Offeror shall cite three (3) projects performed within the last three (3) years and identify the following for each: (i) Custoner(ii) Contract Number(iii) Period of Performance(iv) Verified name, address, FAX & telephone number of the contracting officer(v) Unique or complext characteristics of the project(vi) Relavance to NPS requirement. The Offeror shall provide a list of references complete with points of contact names and addresses that can be used by the Government to collect data on the Offerror's history of recent and relevant past performance. The references shall include at a minimum the projects identified above, but should not exceed a total of three (3) references. In order to facilitate the evaluation of the Offeror's past performance, the Offeror shall present the following information: (i) Name and Address of Customer(ii) Contract Number(iii) Brief description of contract(iv)Brief description of services provided/technologies used(v) Name, address and current phone number for the Customer's Business Manager (Contracting Officer)(vi) Name, address and current phone number for the Customer's Technical Manager. If the Offeror has no past performance, the Offeror shall submit a certification letter to Mrs. Zastrow indicating the Offeror has no past performance. The certification shall be electronically submitted as an attachment to the email listed above. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. D. Documents submitted in response to this combined synopsis/solicitation must be fully responsive to and consistent with the following: 1. Requirements of the combined synopsis/solicitation and Government standards and regulations pertaining to the SOW. 2. Evaluation Factors for Award of this combined synopsis/solicitation. 3. Any limitation on the number of proposal pages. Pages exceeding the page limitations set forth in this section may not be read or evaluated, and may be removed from the proposal. 4. Electronic submission of proposal via e-mail to June_Zastrow@nps.gov. Elaborate formats or colored presentations are not desired or required. 5. Offers are due by 3:00 PM Mountain Standard Time, on February 17, 2010. Late offers will not be read, evaluated, or returned by the Government. EVALUATION FACTORS FOR AWARD FAR 52.212-02EVALUATION - COMMERCIAL ITEMSJANUARY 1999 (a) The Government will award a contract resulting from this combined synopsis/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: Technical Capability, Past Performance and Price Technical Capability and Past Performance, when combined, are more important than Price (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. BASIS FOR CONTRACT AWARD: Source Evaluation will be conducted and selection will be made in accordance with the guidelines provided in the Federal Acquisition Regulation (FAR), Department of Interior Acquisition Regulation (DIAR). Award will be made to the Offeror whose proposal represent the best value to the Government, price and other factors considered. 3.1 Evaluation ProcessNPS will perform a technical evaluation, based on the Offerors' Technical Capability, Past Performance/Experience Information and Pricing Proposals, to assess the best value to the Government. The determination of best value will be made by comparing the differences in the value of the Technical and Past Performance factors with the differences in the prices proposed. In making this comparison, the Government is more concerned with obtaining performance capability superiority rather than the lowest overall price. However, the Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capabilities. The Government will assess the benefits of superior performance capability versus the added price. The degree of equality between Offerors' proposals will be measured by the quantity, significance, and applicability of the superior features proposed, and not by the total scores achieved. Price proposals will be evaluated to determine fairness and reasonableness. The Government will use commercial or market price lists, Independent Government Cost Estimate (IGCE), or other information available to NPS in assessing the reasonableness of prices proposed. 3.2 Award on Initial Proposals The Government may award without discussions; however, the Contracting Officer (CO) reserves the right to hold discussions if necessary. Accordingly, each initial offer should be submitted on the most favorable price and technical terms that the Offeror can submit to the Government. 3.3Evaluation FactorsThe Government will evaluate each proposal using the following evaluation factors listed in descending order of importance: A.Demonstrated Technical Capability; B.Past Performance/Experience Information; andC.Pricing. Demonstrated TechnicalCapability is slightly more important than Past Performance/Experience Information. When combined Demonstrated Technical Capability and Past Performance/Experience Information are more important than price. The Government has reserved the right to conduct a pre-award survey on the successful Offeror for responsibility determination. Demonstrated Technical Capability factor will be rated as noted in Section 3.3.1. The Past Performance/Experience Information factor will be rated as noted in Section 3.3.2. Past Performance includes relevance of experience and past performance quality. 3.3.1Demonstrated Technical Capability Factor EvaluationThe Demonstrated Technical Capability Factor assesses the ability of the Offeror to effectively demonstrate the knowledge, understanding, and technical ability necessary to successfully meet the requirements in the Statement of Work. The numerical ratings listed below will be used to evaluate the Demonstrated Technical/Management Capability Factor. Quantitative RatingQualitative RatingDefinition 10ExcellentVery comprehensive, in depth, clear response. Proposal consistently meets this standard with no omissions. Consistently high quality performance can be expected. 8Very GoodExtensive, detailed response to all requirements similar to outstanding in Quality, but with minor areas of unevenness or spottiness. High quality performance is likely bun not assured due to minor omissions or areas where less than excellent performance might be expected. 6GoodNo deficiencies in the response. Better than acceptable performance can be expected but in some significant areas there is an unevenness or spottiness which might impact on performance. 4FairThe response generally meets minimum requirements but there is not expectation of better than acceptable performance; deficiencie
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2225100009/listing.html)
- Place of Performance
- Address: 1201 "I" StreetWashington, D.C.
- Zip Code: 80225
- Zip Code: 80225
- Record
- SN02056335-W 20100205/100203234631-d331252476aaaea9ee1bd87e37d4e91a (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 |