Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOLICITATION NOTICE

70 -- ASG-Rochade Metadata Repository

Notice Date
7/19/2010
 
Notice Type
Presolicitation
 
Contracting Office
1701 Ft Myer Drive, Rosslyn, VA 22209
 
ZIP Code
22209
 
Solicitation Number
SAQMMA10F1877_1
 
Response Due
7/19/2010
 
Archive Date
1/15/2011
 
Point of Contact
Name: Cynthia Harper, Title: Contract Specialist, Phone: 703-875-6218, Fax: 703-875-7370
 
E-Mail Address
harperc@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number SAQMMA10F1877_1. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 190997_04. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-07-19 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20006 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, ASG-Rochade Metadata Repository, 1, EA; LI 002, One (1) Year License, 1, EA; LI 003, Implementation Consultant - Sr. Functional Analyst, 900, Hours; LI 004, Implementation Consultant - Sr. Architect, 200, Hours; LI 005, Implementation Consultant - Sr. Engineer, 100, Hours; LI 006, Annual License Usage Fees Option Year 1, 1, EA; LI 007, Annual License Usage Fees Option Year 2, 1, EA; LI 008, Annual License Usage Fees Option Year 3, 1, EA; LI 009, Annual License Usage Fees Option Year 4, 1, EA; LI 010, Sr. Functional Analyst/Trainer, 100, Hours; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 90 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") A)The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. All items requested are required to be on the vendors schedule contract as a precondition to its receiving the award order. Offers that include any items not on schedule with a total amount exceeding the micropurchase threshold at time of bid will not be considered. a) Definitions. As used in this provision: Foreign person means any person other than a United States person as defined below. United States person means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as provided under the Export Administration Act of 1979, as amended. (b) Certification. By submitting this offer, the offeror certifies that it is not: (1) Taking or knowingly agreeing to take any action, with respect to the boycott of Israel by Arab League countries, which Section 8(a) of the Export Administration Act of 1979, as amended (50 U.S.C. 2407(a)) prohibits a United States person from taking; or, (2) Discriminating in the award of subcontracts on the basis of religion. (a) The Department of States Competition Advocate is responsible for assisting industry in removing restrictive requirements from Department of State solicitations and removing barriers to full and open competition and use of commercial items. If such a solicitation is considered competitively restrictive or does not appear properly conducive to competition and commercial practices, potential offerors are encouraged to first contact the contracting office for the respective solicitation. If concerns remain unresolved, contact the Department of State Competition Advocate on (703) 516-1693, by fax at (703) 875-6155, or write to: U.S. Department of State, Competition Advocate, Office of the Procurement Executive (A/OPE), Suite 900, SA-27, Washington, DC 20522-2712. (b) The Department of States Acquisition Ombudsman has been appointed to hear concerns from potential offerors and contractors during the pre-award and post-award phases of this acquisition. The role of the ombudsman is not to diminish the authority of the contracting officer, the Technical Evaluation Panel or Source Evaluation Board, or the selection official. The purpose of the ombudsman is to facilitate the communication of concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel, and work to resolve them. When requested and appropriate, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to contact the AQM contracting activity ombudsman, Lisa Million, at tel. 703-875-5230. For an American Embassy or overseas post, refer to the numbers below for the Department Acquisition Ombudsman. Concerns, issues, disagreements, and recommendations which cannot be resolved at a contracting activity level may be referred to the Department of State Acquisition Ombudsman at (703) 516-1693, by fax at (703) 875-6155, or write to: Department of State, Acquisition Ombudsman, Office of the Procurement Executive (A/OPE), Suite 900, SA-27, Washington, DC 20522-2712. (End of provision) The Government reserves the right to request a live test demonstration before award of contract. The vendor will be notified by the Government if a test demonstration will need to be conducted and it will be held at the Government's site. Vendors ability to provide resources to demo their software within our timeframe.Information Technology Change Control Board (IT CCB) approval of the product/tool.Vendors ability to provide reasonable support within our working hours.Access and licensing structure which will permit all interested DOS users the ability to have read only access to what is being maintained in the repository.Training in the administration, maintenance, and use of the product. Standard software updates and patches shall be included as part of the Maintenance Support Program. The signature files shall be available electronically via an Internet (HTTP, FTP) site(s) for download by DoS SI for the duration of the maintenance contract. Software updates will include bug fixes, uninstall clean-up tools, and minor usability enhancements to the existing release of the software product. New product upgrades, fixes and Maintenance Releases for the software shall be included under this support program. The vendor shall provide 24-hour access to their web site knowledge base and FAQ page, free of charge, which will provide solutions to most common problems. Vendor must also provide the DoS a 24-hour toll free number for support as stipulated in this Solicitation. Standard Technical Support: Technical support services are via telephone and e-mail shall be available between the hours of 8:00 a.m. and 5:00 p.m. U.S. Central Time. The response times for each category are provided below. All support shall be provided in the English language. An established tracking and escalation process shall be in place to ensure timely resolution of all inquiries. As prescribed in 17.208(f), insert a clause substantially the same as the following:Option to Extend Services (Nov 1999)The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days.(End of Clause) As prescribed in 17.208(g), insert a clause substantially the same as the following:Option to Extend the Term of the Contract (Mar 2000)(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months or five (5)years.(End of Clause) The noted line item description may not reflect the actual line items proposed. The vendor may propose a package that includes all of the line items, etc.; however, the proposed package must meet all of the DOS requirements for the Metadata Repository. The specified brand name indicated in the solicitation CLINS is based on the current software that is used through the DOS department. Vendors are encouraged to provide 'brand name or equal' for the ASG-Rochade Metadata Repository; however, it will be evaluated based on the technical requirements noted in this solution. Procurement of the enterprise metadata repository solution should: Facilitate a managed metadata environment that enables storing, managing, sharing, and reuse of Department of State metadata enterprise-wide.Provide web-enabled (OpenNet) access to business and technical metadata and data standards to various levels of personnel and contractors.Employ a solution that enables ometa model customization, oimpact analysis,obusiness rule support, oversioning and cataloguing, oautomated discovery, oreverse engineering, oimporting and exporting, oBI and ETL metadata interchange, oXML schema support, oreporting and publishing, odata profiling and data lineage, ochange/configuration management and security administration. Security Requirements: Secret security clearance will be needed for the Vendor support staff that will be providing any technical, management or general support with this contract. A Secret facility clearance is required. See Attachment A for a complete outline of the security requirements. All deliverables shall be delivered to:Lisa ElliottIRM/OPS/SIO/APDSA-9 Room NE7046American Red Cross BuildingWashington, DC 20006ElliottL@state.govPhone: 202-634-3810 The deliverables shall be in electronic format email, or if otherwise stated in a hardcopy sent via an approved delivery service. The Government reserves the right to a live test demonstration before award of contract. The Government will also reserve the right to request sample disks (CD/DVD) of the proposed product for DOS testing. The testing criteria is provided in Attachment C. Deliverables -Estimated Completion,Project Management Plan, including WBSWithin 5 days of completed acquisitionTest Plans, Quality Assurance Plans, Change/Configuration Management Plans; Within 30 days of completed acquisition:Physical Environment Documentation (hardware, servers, network, ESB integration;Within 60 days of completed acquisition:Metadata repository installation in development environment;Within 90 days of completed acquisition:Metadata Repository added to the IT Baseline;Within 60 days of completed development:Metadata repository installation in production environment;Within 90 days of completed development and QA/Testing installation:Training Documentation (user guides, metadata population process);Within 90 days of installation completion:Project Status ReportsWeekly:Stakeholder Meetings with meeting minutes;Monthly: Work shall be performed in the Application Programming Division located at 2025 E Street NW, Washington DC. The project shall commence during the first quarter of fiscal year 2011, and complete no later than the last day of the second quarter of fiscal year 2011 (March 31, 2011). 52.214-20 Bid Samples (Apr 2002) (DEVIATION) a) Bid sample means a product sample required to be submitted by a bidder to show those characteristics of the offered products that cannot adequately be described by specifications, purchase descriptions, or the invitation for bid (e.g., balance, facility of use, or pattern). (b) Bidders must furnish four (4) DVD/CD-ROM copies of the entire repository software package requested CLIN(S) WITHIN 5 DAYS OF GOVERNMENT REQUEST. Only those bidders who submit a technically acceptable package based on the evaluation criteria will be requested to provide the four (4) repository software package samples at the final stages of the technical evaluation. If the bidder fails to submit samples on time, the Government will reject the bid and it will be noted as non-responsive. (c) The Government will test or evaluate bid samples to determine compliance with all the salient characteristics and solicitation provisions of this solicitation. The Government will reject the bid when the sample fails to conform to the required characteristics. Products delivered under any resulting contract must conform to: (1) The approved sample for the characteristics listed for test or evaluation; and (2) The specifications for all other characteristics. (d) Unless otherwise specified in the solicitation, bid samples shall be: (1) Submitted at no expense to the Government; and (2) Returned at the bidders request and expense, unless they are damaged/destroyed during pre-award testing. The Government will not be responsible for any damaged or destroyed repository software. Alternate I (May 2002). (e) At the discretion of the Contracting Officer, the requirement for furnishing bid samples may be waived for a bidder if: (1) The Contracting Officer determines that the previously offered product was accepted or tested and found to comply with specification and other requirements for technical acceptability conforming in every material respect with those in this solicitation. The bid samples will be submitted to the following contact person at the address provided: Department of StateSA-6ATTENTION: Cynthia Harper1701 Ft Myer DriveArlington, VA 22209HarperC@state.gov703-875-6218 The Government will notify the vendors who have an 'Acceptable' technical proposal to submit 4 DVDs of the proposed repository software for testing purposes. The Vendor will have 5 calendar days to deliver the samples to the CS as indicated above. Due to the nature of this requirement and how it will affects the agency infrastructure domestically and internationally each technical evaluation criteria carries one of the following annotations. M - Mandatory: Federal requirements govern by regulation or policy. A federal requirement includes NIST, FIPS 140-2, OMB M-06-16, M-06-19, M-07-16 etc. R - Required: Department of State requirements which are critical for current system Architecture. AR -Additional Requirements: Project requirements which are considered above minimum specifications. If a software product does have these elements, it will be scored higher than those without. ** Weight: H - high (3), M- Medium (2), L - Low (1): The scores will be added up for each criteria that is met, and the highest total will be equivalent Outstanding, the next highest will be Acceptable, and any below that will be rated Unacceptable. See Attachment A and Attachment C for full descriptions on the Functionality requirements. InteroperabilityTechnical Architecture SupportThe system must provide the capability to integrate with Web Services and Enterprise Service Bus. (3) (M)The system shall provide the ability to reverse engineer relational databases (Oracle, SQL Server, etc.) to generate data models (Logical and Conceptual). (1) (AR) The internals of the repository shall be easily understood and should be intuitive. Applications should be easy to install and maintain. (2) (R) There must be a roadmap document that shows how to integrate all aspects of the repository into a fully operational, fully integrated, full life cycle managed system. We should not have to write software to implement any of these basic functions. (3) (M) The system must be able to operate in a virtual server environment. (3) (M)The hardware necessary must be compatible and scalable in regard to other pieces of hardware in the DoS environment and infrastructure. (3) (M)Importing and exportingThe system shall have the ability to import and export XML files, in addition to bi-directionally sharing metadata with other tools (e.g., ErWin). (3) (M)The system shall have the ability to import and export existing schemas from sources such as data dictionaries in formats such as.xsd,.csv,.xls,.dmp files. (3) (M)The system shall have the ability to extract metadata in various formats such as XML, Excel, CSV, etc. through an automated method. (3) (M)Facilities for Metadata interchange The system shall have the ability for metadata interchange (calculation, determine data uses, output) from commercial BI vendors (i.e. Business Objects, Cognos, etc.) in use by DoS. (3) (M)The system shall have the ability for metadata interchange from commercial ETL tools (i.e., Informatica) in use by DoS. (3) (M) See Attachment A and Attachment C for full descriptions on the Interoperability requirements. 15.0Change/configuration Management (Data Stewardship) 15.1The system must have the ability to track transaction of record activities such as creator, modifier, verifier, and related date. (Organization, individual name, phone #, date) (3) (M) 15.2This system must be able to trace the origin and relationship between metadata components, applications, models and XML Schemas. (3) (M)15.3The system must have full validation runs before loading data. The loaders must have a consistent front end, parameter formats, output reports usage logging. (3) (M) 16.0Security and Administration 16.1The system shall have the ability to manage security policies on authorization levels/groups. (3) (M) 16.2The system must allow the administrator to create, assign and edit stewards roles and privileges for enterprise metadata management and create relationship of responsibility between stewards and the enterprise assets.(3) (M) 16.3The system shall leverage the use of row-level or data element level security privileges. (3) (M)16.4Data stewards and administrators must be clearly defined and relationships established. (3) (M) 16.5The repository must provide read-only access to DOS users (those who will not have the capability to update the repository) without requiring each of the read-only users to have an individual license. (3) (M) See Attachment A and Attachment C for full descriptions on the Functionality requirements The Technical and Sample Testing Checklist is fully outlined in Attachment C. The following is the testing criteria that will be conducted by a Technical Analyst. The testing plan consists of a wide range of questions each technical analyst will be required to answer during each sample software testing. There will only be one test environment set up which the evaluators will share. The Government reserves the right to request that the bidder/vendor assist with the testing by installing their software on the test environment systems. The Government will indicate this to the bidder/vendor when the samples are requested. See the full description of the Technical Evaluation and Testing checklist is outlined in Attachment C Testing checklist for Analyst The testing plan consists of a wide range of questions each technical analyst will be required to answer during each sample software testing. There will only be one test environment set up which the evaluators will share. The Government may request that the vendor/bidder assist with installing their software solution in the test environment. If the Government determines to have the vendor/bidder present for this it will be scheduled with the vendor at the time of the sample request. Ease of installation/CompatibilityIn Motion (Network) Did the system install on Department Configured Operating System?Were there any configuration changes required to the DoS Build?Was there any special permission required for installation?Did any services or applications stop working?Will the system function with the DoS Networks?In Use (Desktop)Did the system install on Department Configured Operating System?Were there any configuration changes required to the DoS Build?Was there any special permission required for installation?Did any other applications or services stop working?Can the Desktop software be installed using SMS/SCCM? At rest (server/DB)Did the system install on Department Configured Operating System?Were there any configuration changes required to the DoS Build?Was there any special permission required for installation?Did any other applications or services stop working? Management System (Central Console)Did the system install on Department Configured Operating System?Were there any configuration changes required to the DoS Build?Was there any special permission required for installation?Did any other applications or services stop working? FunctionalityDoes the system detect known threats?Does the system provide differentiated alerting? Does the system provide an automated output in SCAP format for iPost? Does the system provide standardized reporting? Does the system provide the ability to customize reports? Does the system provide the ability to create reports from scratch? With the significant increase in the amounts of data being stored and exchanged throughout the Department, the need to manage and share metadata from a centralized repository is vital. Procurement of the enterprise metadata repository solution should: Facilitate a managed metadata environment that enables storing, managing, sharing, and reuse of Department of State metadata enterprise-wide.Provide web-enabled (OpenNet) access to business and technical metadata and data standards to various levels of personnel and contractors.Employ a solution that enables ometa model customization, oimpact analysis,obusiness rule support, oversioning and cataloguing, oautomated discovery, oreverse engineering, oimporting and exporting, oBI and ETL metadata interchange, oXML schema support, oreporting and publishing, odata profiling and data lineage, ochange/configuration management and security administration. The technical proposal must be sent electonically (e-mail) to Cynthia Harper, Contract Specialist at harperc@state.gov by July 7, 2010 at 11 pm EST. The cost/pricing portion for this requirement will be submitted through the Fed Bid Marketplace.If the vendor does not submit their proposal by 11 pm EST on July 7, 2010, the vendor will be considered non-responsive and their bid/pricing will not be valid. Questions will be submitted via Fed Bid ONLY. Please submit any question through Fed Bid by Tuesday, July 1, 2010 at 12 pm EST. All answers will be posted on the Fed Bid Solicitation for review. Attachment A contain many requirements that end in etc Please remove all references to etc because this prohibits ability to provide a firm fix price to the government. A: Completed In the Attachment A page 4 Para 6.1 Security Requirement it refers to the attached DD254 none was attached, please send the DD254. A: Attached In Attachment D there was just the Attachment F is this correct and if so is this to be filled out by the contractor (bidder)? A: Attachment D is correct did not have the version of Adobe to do any corrections Attachment A 5.1.6 e multiple offers, please clarify under Fedbid we cant submit multiple offers A: Now states if applicable. Para 15.3 i.) Software specifications Attachment A Statement of Objectives How does a vendor respond? Please clarify. A: This was stated in the Fed Bid terms and is now also stated in Attachment A. Para 15.3(ii) Past Performance, Please clarify the conflict between request for 3 Past Performances in the paragraph and in Attachment C Evaluation Factor 2 Past performance request 2 Past performances and 4 references. A: The CLINs for bidding do not contain any for training. Does the government wish to add the CLIN SIN132-35? A: The CLINs were adjusted to include the training. See the updated Fed Bid solicitation for all of this information. Attachment A Para 14.2 Clause in full text page 9 Does the government wish to use the Ts and Cs of the GSA Schedule or does the government wish State Department Clause to take precedence? A: If awarded under a GSA Schedule Order the Ts and Cs will apply. If this solicitations needs to be open then the DOS clauses will apply. The SOW covers several variables with one document. Attachment A page 13 Evaluation Factor 2 Past performance (ii) Past performance is asking for three of Attachment B Past Performance and Attachment C page 6 Evaluation Factor 2 says 2 past performances and 4 references Please clarify. A: Repeat of question posted abovesee above. The Vendor shall complete quantity six (6) of Attachment B: Past Performance, describing past contracts (Government) under which they implemented and supported the quoted software in hosted environments. The references provided should be as relevant as possible to the solution and goals described earlier in this RFQ. These references should be within the last three years to be current. Standards are based on: a.)*Provide two references that demonstrate at least two projects in which the ASG-Rochade Metadata repository was successfully implemented. *Must provide proof as in documentation*.b.)*Provide at least four references that demonstrate successful implementation of a metadata repository if there is only 1 ASG-Rochade Metadata Repository implementation. *Must provide proof as in documentation*c.)See Attachment A and complete Attachment B for the Past Performance Record DoS may consider all information available on the Quoters experience and past performance (e.g. Past Performance Information Retrieval System, official program office past performance records), including information in addition to that which is provided by the Quoter. The DoS reserves the right to interview the customers/clients identified by the Quoter and may interview other clients of whom DoS is aware. This allows the Government to actually contact these references to verify that the vendor has worked with their proposed repository for more than one project. The past performances are vital for this requirement as Government wants to ensure that the vendor has the knowledge and experience in implementing, supporting and meeting the full requirement of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/SAQMMA10F1877_1/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20006
Zip Code: 20006
 
Record
SN02210475-W 20100721/100719234844-132dbd4f4a24ffb5e5716a263dedcc75 (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.