SOLICITATION NOTICE
70 -- Award to be made by SAIC-F under prime contract with the NCI-F. There will be no privity of contract between the seller and the Government (see description for further detail). Customer Relationship Management Software
- Notice Date
- 9/27/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Science Applications International Corporation, Building 1050, Boyles Street, Frederick, Maryland, 21702
- ZIP Code
- 21702
- Solicitation Number
- 2H7506
- Archive Date
- 11/9/2010
- Point of Contact
- Chuck Gartner, Fax: 301-846-5311
- E-Mail Address
-
gartnerch@mail.nih.gov
(gartnerch@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This procurement is being solicited for award by SAIC-F under its contract #HHSN261200800001E for Operations and Technical support at the National Cancer Institute-Frederick, a federally funded research and development center. SAIC-F is the prime contractor charged with operations and technical support of the government owned facility contractor operated (GOCO) facility. Please provide a price quote for the following items. SECTION I - SOLICITATION INTRODUCTION GOVERNMENT RELATIONSHIP: This contract is awarded by SAIC-Frederick, Inc. under prime contract with the National Cancer Institute at Frederick. The provisions and clauses contained herein are influenced by and reflect the relationship of the parties in that contract which was awarded and is administered under the provision of the Federal Acquisition Regulation (FAR). There is no privity of contract between the Seller and the Government. A. SUPPLIES OR SERVICES AND PRICING A.1 BRIEF DESCRIPTION OF SUPPLIES OR SERVICES Purchase of a hosted (SaaS) Customer Relationship Management Software. A.2. TYPE OF CONTRACT This is a firm fixed price contract for which the price is not subject to any adjustment on the basis of the contractors cost experience in performing the contract. A.3 PRICE/COSTS DESCRIPTION QTY 1 UNIT PRICE 1) Customer Relationship Software for 5(five) users, annual subscription to include: Access to 24/7 telephone support, interactive web courses, and online knowledge base. UNIT PRICE $ 2) Software Implementation to include: Start-up that consists of project planning; elucidation, design and implementation of business rules and metrics; initial configuration; initial data import of csv files; integration; and on-site end-user training. UNIT PRICE $ _____% Discount _____% Prompt Payment Discount Terms Quote Number: ____________________ GSA/VA# - _______________________ Freight Costs - ______________ (Actual ___ Estimated ___) B. SPECIFICATIONS/WORK STATEMENT 1. Offeror MUST provide a written response to each bulleted specification under each lettered heading below, explaining and including the specific and relevant information related to the requirements. A. Interface. • Dashboards that display data in real time • Workflow-based dashboard showing open calls, leads, upcoming meetings. • Ability to create custom dashboards with role-based data (e.g., marketing executive vs. sales executive) B. Platforms. • Operable on standard web browsers such as Firefox 3 or higher, Internet Explorer 7 or higher, Safari. • Mobile capability for iPhone/iPad/iPod and Blackberry C. Contacts Management. • Seamless integration with Microsoft Outlook, for example contact, appointment book, and task information are easily shared between the two applications. • A web form to capture lead information and automatically upload/create lead in application • Integration with Microsoft Outlook, data extraction of Filemaker 10 records, and Excel, LinkedIn, Jigsaw, Facebook, Hoover's/Duns and Bradstreet, Atlassian Confluence, Google, Omniture, RSS feeds, and Twitter using partner-developed add-ons, Web Services, APIs. D. Reporting. • Ability to do automatic reporting of key metrics, customizable forecasting, data quality management. • Custom reports can be created as summaries, tables, or matrices • Dashboard views E. Marketing Management. • Ability to track customer data from start to end date for marketing campaigns. • Ability to set campaign budgets and objectives. Tracking by default cost and revenue fields. • Email marketing via the client computer using an on-site integration with Microsoft Outlook • In-depth tracking of prospect-lead-contact threads with metrics and reports. • Option to develop rules to route leads to the right staff • Automatic date/time stamping of emails, tracking of campaigns and leads, lead status changes, and lead activities. F. Analytics. • Analytics include data quality management, custom analyses, role-based analytics, lead follow-up analysis, customizable forecasting.Data repositories updated in real time, such as real time analytics, cross-module reporting, Case/Project/Contract Management. • Access to a library of pre-built analytics. • Ability to develop customized analytics • All data that is to be analyzed and manipulated to be stored and analyzed on the client computer. 2. A demonstration of all or part of requirements above may be required. 3. Installation/training will be required as a part of any purchase order or contract issued as a result of this solicitation. 4. An estimated implementation/training schedule must be provided. 5. On-site, instructor-led training for at least 6hours during initial start-up. On-going training must include access to webinars and online instructional videos for users, administrators, and developers. 6. The client's data shall reside on hosted servers that meet Federal standards for security (see: Center for Internet Security license tools for the National Cyber Security Division of the Department of Homeland Security at http://www.cisecurity.org/gov_form.html and CIS Benchmarks and Scoring Tools http://www.cisecurity.org/). Access to any portions of the server(s) holding client's data, including names and addresses, shall be restricted to network administrators and other personnel working directly on this account. Client's data will be backed up regularly so that no data will be lost in the event of a natural or man-made disaster. Restoration of all data shall occur within 24 hours of initial loss. 7. Name, address, phone number of three current references must be provided C. CONTRACT TERMS/LOGISTICS 1. FSS pricing. SAIC-Frederick, Inc. is eligible for Federal Supply Schedule pricing. If the items offered are on FSS, the contract number must be cited and a copy of the GSA or VA schedule must accompany the offer. If items are not offered on FSS, current price list must be submitted with this solicitation. 2. F.O.B. All offers must be F.O.B. destination, and freight may be paid or prepaid and add. F.O.B. (Free on board) is defined as the contractor owns the goods until delivered at the SAIC-Frederick, Inc. dock. C2. Additional Charges/Fees 1. Any shipping charges must be identified and listed on the response for evaluation. 2. Offeror must state any and all fees that could be applicable to any contract awarded from this solicitation such as implementation, training, installation, Payment of these charges will not be made unless they are stated in the proposal as individual line items for each charge. 3. Offers which contain administrative fees, processing fees, expediting fees, or insurance fees shall be considered non-responsive. C3. Offers 1. Offers must be signed, dated, and received at the place and time required in Block 8 of form SF 1449-09. 2. Offers must be compliant with all solicitation requirements in order to be eligible for an award. 3. Offers must return the proposal with the solicitation number (see Block 5 of form SF 1449-09) clearly visible on the submission, such as e-mail or fax subject line. SAIC-Frederick, Inc. is not responsible for the handling of any offers not returned in this manner. C4. Award 1. Award of any order as a result of this solicitation will be made on an all or none basis 2. Award of this solicitation may be made without discussion. 3. Award of any order as a result of this solicitation will not be made to any supplier with evident deficient past performance as documented in the SAIC-Frederick, Inc. vendor file. SPECIAL CONTRACT REQUIREMENTS 1. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR). The following COTR will represent SAIC-Frederick, Inc. for the purpose of this contract: Name: John Hewes E-mail: hewesj@mail.nih.gov The COTR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the Statement of Work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. Interpretations of the Statement of Work will be mutually agreeable to the Contractor and SAIC-Frederick, Inc. The Contracting Officer is the only person with the authority to act as an agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the Statement of Work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the contractor any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. SAIC-Frederick, Inc. may unilaterally change it's COTR designation. D. DELIVERY/PERFORMANCE/INSPECTION AND ACCEPTANCE D.1. 1. Offeror agrees to make delivery of the quoted items in _________ days after receipt or order. 2. Delivery shall not be made on any of the below listed holidays: New Years Day Labor Day Martin Luther King Jr. Day Veterans Day Presidents Day Columbus Day Memorial Day Thanksgiving Day Independence Day Christmas Day Delivery shall be scheduled for the following work day. 3. These items are intended for use as a complete and integral system; order must be delivered complete. Partial shipments will not be accepted. 4. Initial inspection upon receipt at SAIC-Frederick, Inc. shall be confined to obvious external damage to shipment containers. SAIC-Frederick, Inc. accepts no responsibility for concealed damages. D.2 SPECIAL DELIVERY REQUIREMENTS. 1. All delivery order packages, packing slips and invoices must be clearly marked with the appropriate purchase order number. A packing slip must be inside or attached to each box. Boxes without packing slips may be refused. The external packaging label(s) shall indicate the SAIC-Frederick, Inc. purchase order number to allow payment according to the credit terms. Failure to provide the required purchase order number will cause delay of payment and will automatically relegate the credit terms to net 60. The contractor is responsible for the delivery of each item quantity and shall make every effort to deliver the exact quantity ordered. Should any quantities in excess of the allowed quantity be received, the SAIC-Frederick Inc. has the option to either retain or return the excess quantities. Return of over shipped items will be at the contractor=s risk and expense. Retained items will be paid for by the SAIC-Frederick, Inc. at the contract unit price. E. EVALUATION SAIC-Frederick, Inc. will award a contract resulting from this solicitation to the responsible contractor whose offer conforming to the solicitation will be most advantageous, price and other factors considered. The following factors shall be used as the basis of award: 1. Vendor Past Performance 2. Technical Merit and Acceptability of Product/Service 3. Price F. PROPOSAL ELEMENTS Offeror shall submit a complete proposal that contains the following elements:  Complete Solicitation, include ALL pages  Form SF 1449-09 with signature and requisite blocks completed  Implementation / Training schedule  Name, address, phone number of three recent references  Copy of any software license agreement  Copy of any software support agreement G. ADMINISTRATION G.1. INVOICE SAIC-Frederick, Inc. shall pay the Contractor, upon submission of proper invoices or vouchers, the prices stipulated in this contract for services rendered and accepted, less any deductions provided in this contract. Proper Invoice. A proper invoice includes, but is not limited to, the invoice date, contract name, contract/purchase order number, description of items or services and corresponding unit and extended total pricing, remittance address, and a contact name to be notified in the event of a defective invoice. EFT. All payments by SAIC-Frederick, Inc. under this contract shall be made by electronic funds transfer. Submittal. All invoices will be sent to the address listed in Block 15 of form SF 1449-09. Freight over $250.00. If any freight charge exceeds $250.00 a separate invoice must be sent. A copy of the actual freight bill must be included with the invoice. This freight invoice from the shipper/freight forwarder must be received before the shipping charges can be paid by SAIC-Frederick, Inc. G.2. SPECIAL ADMINISTRATIVE REQUIREMENTS Offeror must self-certify in the Central Contractor Registration, https://www.bpn.gov/ccr/default.aspx, to be eligible for an award. Offeror will complete the representations and certifications in ORCA, https://orca.bpn.gov, to be eligible for an award. Administrative Information. 1. Payment Terms: ____________________ 2. Contact name: ____________________ 3. Contact phone number: ____________________ 4. Contact facsimile number: ____________________ 5. Contact e-mail address: ____________________ Onsite Services. For services performed onsite, the Contractor must complete and submit the National Institutes of Health Extended Visitor ID Badge Application Form, which will be sent to the successful offeror with the award. Complete and submit this form in order to receive access credentials for each employee. In addition, it is your responsibility to forward this requirement to any third party service provider utilized to fulfill our agreements. Please indicate if service will be performed onsite: __x___ Yes _____No Questions. Questions concerning this subcontract shall be directed in writing to the person listed in Block 7 of form SF-1449-09 by 10/12/10. The written questions received by date above and the answers to those questions will be provided to all offerors. Certificate of Insurance. Insurance Certificates as referenced in section 19 of the Terms and Conditions must be submitted with the proposal. Travel Expenses. The Contractor may be reimbursed for per diem based on the maximum per diem rates issued in the FTR. Receipts for expenses must be submitted with the invoice document. Reimbursement rates for expenses are those published in the Federal Travel Regulations (FTR) Appendix A. Chapter 301, see also http//www.gsa.gov (per diem rates). SECTION II - CONTINUATION OF BLOCK 24: CONTRACT CLAUSES AND ADDENDUMS THE FOLLOWING CLAUSES ARE INCORPORATED BY REFERENCES: 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008) (Pub.L. 110-252, title VI, Chapter 1 (41 U.S.C. 251 note)) 52.212.5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders B Commercial Items (JUN 2009) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) 52.219-7, Notice of Partial Small Business Set-Aside (JUN 2003) 52.219-8, Utilization of Small Business Concerns (MAY 2004) 52.219-9, Small Business Subcontracting Plan (APR 2008) 52.219-16, Liquidated Damages - Subcontracting Plan (JAN 1999) 52.219-22, Small Disadvantaged Business Status (OCT 1999) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423) 52.232-30, Installment Payments for Commercial Items (OCT 1995) 52.232-34, Payments by Electronic Funds Transfer-Other than Central Contractor Registration (MAY 1999)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NCIFCRF/2H7506/listing.html)
- Place of Performance
- Address: SAIC-Frederick, Bldg 1050 Boyes Street, Frederick MD 21702, United States
- Zip Code: 21702
- Zip Code: 21702
- Record
- SN02298167-W 20100929/100927234841-c6ed25f05b974459a008e99f9edb444b (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 |