Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
MODIFICATION

D -- Commodity Credit Corporation's (CCC) Budget Formulation System (CCCBF) Support - Functional Doc

Notice Date
5/27/2010
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Agriculture, Farm Service Agency, Acquisition Management Division, Contracts Operations Branch, 1280 Maryland Avenue, SW, Portals Bldg., Room 508A, Washington, District of Columbia, 20250-0567
 
ZIP Code
20250-0567
 
Solicitation Number
AG-3151-S-10-0018
 
Archive Date
6/19/2010
 
Point of Contact
Billy Rowland, Phone: 202 720 9356, Kristine Zechman, Phone: 202 720 5513
 
E-Mail Address
billy.rowland@wdc.usda.gov, kristine.zechman@wdc.usda.gov
(billy.rowland@wdc.usda.gov, kristine.zechman@wdc.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Questionnaire Functional Documents Solicitation: AG-3151-S-10-0018 Agency/Office: Farm Service Agency Location: Acquisition Management Division, Contracts Operations Branch Title: Commodity Credit Corporation's (CCC) Budget Formulation System (CCCBF) Support Description(s): Due to the request for additional information, the proposal submittal date is hereby extended to 4:00 EST, Friday June 4, 2010. For interested vendors who may have already submitted proposals and would like to make changes to their submission, please respond with a complete revised proposal by the extend submission date or confirmation that the original submission is valid. For interested vendors who did not submit a proposal, please feel free to do so by this extended deadline. Responses to Questions: 1. Would you please provide if available a pdf copy of RFP AG-3151-S-10-0018 that can be filled out as well as Past Performance Questionnaire? Please see attached the word version of the Past Performance Questionnaire. 2. Is there an incumbent contractor? If so, are they a small business? Is the incumbent bidding on this project? There was a prior contractor who provided support; however, there is not an incumbent contractor. 3. What is the current technology of the system developed in 2006? (J2EE,.NET, ASP, PHP).NET/MSSQLserver 4. What is the primary language used for development? C# (C Sharp) 5. What operational (backend) database management systems are in use? Microsoft SQL Server 2005 6. Is there a current import process built into the software that allows for Excel 2007 files to be uploaded into the system? (page 7) Yes 7. How will policy changes that require eventual updates to the software be made known to us? (Page 7) Please see CLIN 0001 (b). 8. What is the current reporting platform? Crystal Reports and activePDF toolkit Professional. 9. Could you describe the complexity of the current schema? (Number of tables, views, procedures) CCCBF application has two databases, for the CCCBF database there are 125 tables, 8 views, 166 procedures and the size is 2.57 GB; the WebReports Database there are 12 tables, 0 views and 1 procedure and the size is 10.6 MB. 10. How many reports exist today? 18 11. In what format does the data extraction exist today? Is this an acceptable format? (Page 8) The data extraction is in either a Microsoft Excel worksheet or a comma delimited text file. 12. On Page 8, CLIN 0004, can you explain the third bullet with more detail? (What analysis is required of FMD data?) The contractor will be responsible for analyzing the data to ensure that all required information needed by the CCCBF system has been received and to ensure that any erroneous information is not included. 13. On Page 8, CLIN 0004, what do you mean by "data reconfiguration?" If it has been determined that one commodity type activity needs to be tracked or reported as two different types, that data must be split to be able to track or report the two separate types of commodity. 14. On Page 8, CLIN 0005, how many Excel reports exist? How many new reports are required? There are currently 16 excel reports. On average 2 reports required in any year. 15. What software and database is used to build CCCBF application? Please see answer 29. 16. What was the approximate duration and effort (in hours) involved in building this application in 2006? The 2006 contract was awarded for $318,133.05. 17. Since 2006 how much effort (in hours) was involved in maintaining and/or enhancing this application. The 2006 contract was awarded for $318,133.05. 18. Number of users using the system? Currently there are 22 users. 19. What is the size of the current codebase? (lines of code) There are 130864 lines of code. 20. Page No.6 Section C.3 Can you please explain "completion of president's budget and mid-session review"? Every year the Budget Division must provide the Department with two year of actual costs and 10 years estimated costs on Commodity and Program activity. To complete the sessions information needs to be uploaded in the CCCBF system, calculation within the systems are needed along with report generation of the activities. 21. Can we use open source technologies to modernize CCCBF? Yes, but only approved FSA open source technologies. 22. Can you please provide us with complete design and functional documents for CCCBF? FSA has provided functional documentation (Attached). 23. Is the Department looking for a readily available web based (COTS) product that meets the objective of the program? No. 24. Does CCCBF have commodity based budget forecasting feature? No. 25. Do we need to develop two reports on average per year regardless of modernization done to CCCBF? Yes. 26. Do we need to provide readily available staff for helpdesk activities all time? No. 27. Is the Department currently using any data warehousing tools for data analysis and extraction? No 28. Does the agency anticipate workflow or technology changes in Core Accounting System? Not at this time. 29. Page 7 of the RFP states in CLIN 0001 the requirement: "c) The contractor shall recommend modernization of current 3rd party tools used in the CCCBF application to the Government." What 3rd party tools are utilized for the current release of CCCBF, and are there already-identified enhancement requests for the CCCBF which would require modernization of the existing system's platform or 3rd party tools? Currently the system uses Crystal Reports v10.0.3300.0, activePDF Toolkit Professional v3.52.6.5083, Microsoft Excel 2003, Microsoft Windows Server 2003, SQP server 2005, WebPanelBar v4.0.95.1, WebMenuBar v5.0.95.1, WebGrid v3.1.4700.9, WebCombo v2.0.2500.15, GraphChart v3.0.100.0, TreeView v3.0.4354.3, Peter's Date Package v1.1.7.5000, Microsoft Visual Studio 2003, Infragistics UltraWebGrid v8 vol 2, Infragistics UltraWebNavigator v8 vol 2 and Microsoft Visual Studio 2008. 30. Page 9 of the RFP states that the overriding objective is to obtain the best fully operational Web-based solution that meets the functionality of the CCCBF system as outlined in the Requirements documents. Is the CCCBF system currently web-based, and can the Requirements documents mentioned here be made available for review? The CCCBF system is currently a Web-Base application. 31. There is no mention as to the residence of the test and production environments for CCCBF. Is the offeror expected to provide any hosting services of either the test, production (or both) environments to execute this contract? No. 32. Does the USDA own the currently used 3rd party tools, or if they are owned by the incumbent, are the licenses transferable? If not, may our proposals include an acquisition cost for these items or may we assume USDA will acquire licenses for use in support of this procurement? The contractor is responsible for acquiring the 3rd party tools for their development system. 33. What is the response expectation during the 24/7 support requirement stated in CLIN 0003? Within 1 hour, or more? Will remote/VPN access be possible (this relates to other questions regarding offeror hosting of the software) during non-business hours? How many 24/7 days to the sessions represent? During other times may we assume that support is Monday-Friday during normal business hours? What will be the notification mechanism during 24/7 support and normal business hours support? During the 24/7 support response time should be within an hour. Remote/VPN will not be possible due to current USDA security policies. Notification could be by email or a phone call to the contractor. 34. What is the anticipated start date for this project -- that is, what the anticipated date of award? For pricing purposes, please estimate award date as June 14th. 35. Section H.4 seems to imply that the incumbent is precluded from bidding in that an offeror selected for contract award does not have an advantage arising from previous performance on this contract. Is this correct? A contractor would only be precluded from bidding on this contract if there is an organizational conflict of interest. This clause and does not imply that the incumbent is precluded. 36. There is no mention as to the residence of the test and production environments for CCCBF. Is the offeror expected to provide any hosting services of either the test, production (or both) environments to execute this contract? Same as question 31. 37. What weights do each of the evaluation criteria carry in the overall evaluation (section M.1.1)? On page 51, M.1 appears to be numbered incorrectly for the section entitled 'Evaluation (Descending order of Importance). In accordance with Section M.2 Basis for Award - "The Technical Factor is more important than the Past Performance Factor and, when combined, they are both significantly more important than Price." To this end, in this section under 'Corporate Past Performance' what is meant by the statement: "The contractor must demonstrate in the proposal the use of state-of-the-art computer applications and technology and have its own facilities in which to work"? Yes, the Contractor must demonstrate this in the proposal. 38. Section H.1.3 suggests that all work will be performed on-site since it states that 'Contractor furnished property is not required for the performance of this contract'. If in fact work is to take place at the Contractor site, may this clause be deleted? This clause is stating that "Contractor furnished property is not required for the performance of this contract". It does not address location. 39. If not, then may we interpret Section F.4 to imply 'Customer site' is at USDA offices? The reference in F.4 is incorrect. "Primarily Customer site" should read "Primarily Contractor Site". In section F.4 on page 14, the Place of Performance is listed as the 'Customer Site'. Does USDA mean the 'Contractor Site'? The reference in F.4 is incorrect. "Primarily Customer site" should read "Primarily Contractor Site". 40. In section F.4 is the intent to demonstrate an offeror's ability to execute this contract at its own facilities? If so, does this imply that work will NOT be on USDA premises? The reference in F.4 is incorrect. "Primarily Customer site" should read "Primarily Contractor Site". Similarly, Section H.1.3 suggests that all work will be performed on-site since it states that 'Contractor furnished property is not required for the performance of this contract'. If in fact work is to take place at the Contractor site, may this clause be deleted? If not, then may we interpret Section F.4 to imply 'Customer site' is at USDA offices? The reference in F.4 is incorrect. "Primarily Customer site" should read "Primarily Contractor Site". 41. The procurement provides for several forms that must be filled out as part of the solicitation, including the Past Performance Questionnaire. Instructions on this last questionnaire suggest that it is a PDF document that may be filled and then eMailed to USDA by an evaluator. However, the solicitation appears as a scanned PDF and the forms are unfillable. Will USDA provide these forms or may we transcribe them to Microsoft Word, fill them out and send them to our evaluators so that they then may be sent to USDA? Yes. 42. On page 52 a reference is made to Attachment C, which appears to be the non-disclosure acknowledgement. Does the statement hear mean Attachment D (Past Performance Questionnaire)? Yes, this should read Attachment D. 43. On Page 50 under 'Past Performance Volume', is the intent to reference the Past Performance Questionnaire (Attachment D) and NOT the Performance Risk Assessment Questionnaire (which does not appear as part of this solicitation)? Yes, this should be Past Performance Questionnaire. 44. In Attachment D - Past Performance Questionnaire, mention is made in its instructions to question 1.12A, but no question appears to be so captioned. May we assume that 1.12A may be struck? Yes. May we further presume that the questions appearing below 1.11 are in the originally planned questions 1.12B and C? This is intended to reference: "The answers for section 1, questions 1.1-1.11 have been pre-populated by the contractor." only. 45. On page 10, Section C.11 appears to be missing completely. Is this a numbering error? Yes. 46. On page 10, Section C.12, a reference is made to 'supporting documents'. These were not posted on FedBizOps. Will these documents be made available or should this section be disregarded? Support documentation will be provided. 47. While we have identified the locations of several referenced sections and attachments, we appear to be missing Figures 1 and 2. May we have these? We were unable to find the reference to Figure 1. Figure 2 is actually Attachment "ATTACHMENT B - QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) SECTION 2.2". 48. Section A (form 1449) appears to be missing from the solicitation. Per FAR Subpart 12.6, when using the combined synopsis/solicitation procedure, the SF 1449 is not used for issuing the Solicitation. 49. Section E.4: A reference is made to the Foreign Agricultural Service as the point of inspection and acceptance. Is this a typographical error? Yes, this reference is incorrect. it should be: (a) The Contracting Officer or the Contracting Officer's duly authorized representative may inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection and Acceptance will be performed at: U. S. Department of Agriculture Farm Service Agency 1400 Independence Avenue, SW Mail Stop 1064 Washington, DC 20250 ATTN: Billy Rowland 50. Section H.4.2 (b) and H.5 -- a reference is made to FAS (Foreign Agricultural Service). Is this a typographical error since this procurement does not appear to fall under FAS? This reference is incorrect. It should be: "Farm Service Agency (FSA)".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSA/MSD/AG-3151-S-10-0018/listing.html)
 
Place of Performance
Address: 1400 Independence Avenue, SW, (Mail Stop 0575), Washington, District of Columbia, 20250-0575, United States
Zip Code: 20250-0575
 
Record
SN02162110-W 20100529/100527235050-0c09fe8c7256fe10375e4f073e0060f1 (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.