SOURCES SOUGHT
D -- BUSINESS INTELLIGENCE DASHBOARDS
- Notice Date
- 7/28/2011
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, Virginia, 22202-3231
- ZIP Code
- 22202-3231
- Solicitation Number
- W9133L-11-T-0065
- Point of Contact
- James E. Buchanan, Phone: 7036044189
- E-Mail Address
-
James.Buchanan4@us.army.mil
(James.Buchanan4@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE: This is a SOURCES SOUGHT for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation; proposals are being requested and a written solicitation will not follow. SYNOPSIS: 1. Action code: N/A 2. Date: 28 Jul 2011 3. Year: FY 2012 4. Billing Account Code: F67100 5. Contracting Office Zip Code: 22204-1373 6. NACIS Code: 541511 7. Contracting Office Address: National Guard Bureau, 111 George Mason Dr 4th Floor Bldg 2 Arlington, VA 22204-1373 8. Subject: National Guard J32 Counterdrug Cohort Training 9. Proposed Solicitation Number: W9133L-11-T-0065 10. Opening and Closing Response Date: Open -29 Jul 2011; Close - 20 Sep 2011. Questions are to be submitted by 14 AUG 2011, with answers provided by 25 AUG 2011 11. Government Point of Contact : LTC James Helm, (703-607-1127, email address: James.Helm1@ng.army.mil or Contract Specialist, James Buchanan, (703-604-4189), email address: James.Buchanan4@us.army.mil 12. Contract Award Number: TBD 13. Contract Award Dollar Amount: $100,000 to $5,500,000 14. Contract Line Item Number: TBD 15. Contract Award Date: Effective 2011 16. Contractor: TBD 17. Incumbent: None 18. Description: a. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation is attached. The solicitation number is W9133L-11-T-0065 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-37. All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. Proposal shall be labeled with the solicitation number. The evaluation criteria that the government intends to use is Technical Approach, Past Performance and Price, per the Army Source Selection Manual, Chapter 5. b. The Government intends to contract for Support Service for a base year with 4 option years, for 1 each, National Guard J32 Counterdrug Program. 19. MANPOWER REPORTING SUBJECT: IMPLEMENTATION OF OFFICE OF THE ASSITANT SECRETARY OF THE ARMY DATA COLLECTION SITE: a. Implement "by order of the Assistant Secretary on the Army Manpower & Reserve Affairs." The following language hereunder of which is hereby incorporated into and made a part of all Basic Contracts Statement of Work; present task and Delivery Orders Statements of Work. The requiring activity shall include the language hereunder in all forthcoming Contracts; Task and Delivery Orders statements of Work. The Contracting Officer will provide a CLIN in Section B to allow for payment in compliance with the requirement. b. IMPLEMENTATION: The office of the Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: 1. Contracting Office, Contracting Officer, Contracting Officer Technical Representative 2. Contract number, including task and delivery order number 3. Beginning and ending date covered by the reporting period 4. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data 5. Estimated direct labor hours (including sub-contractors) 6. Total payments (including sub-contractors 7. Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor 8. Estimate data collection cost 9. Organizational titles associated with the Unit Identification Number (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with the UIC for the purpose of reporting the information) 10. Location where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country when in an overseas location, using standardized nomenclature provided on the website 11. Presence of deployment or contingency contract language 12. Number of contractor and sub-contractor employees deployed in theater this reporting period (by country) As part of its submission, the contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by October 31 of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 20. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition as listed here within: Contractor shall submit a proposal based on the attached PWS. All proposals should be marked valid through 2:00pm Eastern Standard Time of 20 Sept 2011. Proposals shall be based on Technical Approach (Level of Effort Proposed), Past Performance and Price. The Government intends to evaluate proposals and award a contract without discussions (unless needed for minor clarifications). The Government will select the firm that represents the best overall value to the government on the basis of the following evaluation factors in order of precedence: (a) Technical Approach (b) Past performance and (c) Price. a. Regarding these factors, the non-price factors will be evaluated as more important than price. The technical approach shall include resumes and a management plan which will be evaluated for knowledge skills and abilities of key personnel; and ability to operate IT equipment at the "secret level" of classification. Past Performance shall be evaluated based on the corporate experience of Offeror. Those with the most recent and relevant Past Performance to the PWS shall be evaluated more favorable using criteria listed data. b. If a proposal fails to meet any of the instructions in this solicitation then it will be set aside and not considered. c. Price proposal will be evaluated for reasonableness and affordability and shall be included in the best value analysis. Offeror's with the best combination of Technical Approach, Past Performance and Price will be most favored. d. PWS is incorporated in the Solicitation at the end of this Combined Synopsis. e. The provision 52.212-2-Evaluation-Commercial Items 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this 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 Approach Past Performance Price Technical and past performance, when combined, are significantly more important than cost or 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. (End of provision) f. Offeror is required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. g. The clause at 52.212-4 h. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (JUL 2010) (Pub. L. 111-5). ___ (6) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). ___ (7) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ___ (8) [Reserved]. ___ (9)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). ___ (ii) Alternate I (OCT 1995) of 52.219-6. ___ (iii) Alternate II (MAR 2004) of 52.219-6. ___ (10)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). ___ (ii) Alternate I (OCT 1995) of 52.219-7. ___ (iii) Alternate II (MAR 2004) of 52.219-7. __X_ (11) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). ___ (12)(i) 52.219-9, Small Business Subcontracting Plan (JUL 2010) (15 U.S.C. 637(d)(4)). ___ (ii) Alternate I (OCT 2001) of 52.219-9 ___ (iii) Alternate II (OCT 2001) of 52.219-9. ___ (iv) Alternate III (JUL 2010) of 52.219-9. ___ (13) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). ___ (14) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). __X_ (15)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (JUNE 2003) of 52.219-23. _X_ (16) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (APR 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (17) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (18) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004) (U.S.C. 657 f). _X_ (19) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). _X_ (20) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _X_ (21) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). _X_ (22) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _X_ (23) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). _X_ (24) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). _X_ (25) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). _X_ (26) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). ___ (27) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (28) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(c)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) ___ (30)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). ___ (ii) Alternate I (DEC 2007) of 52.223-16.. ___ (31) 52.225-1, Buy American Act--Supplies (JUNE 2003) (41 U.S.C. 10a-10d). ___ (32)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (JAN 2004) of 52.225-3. ___ (iii) Alternate II (JAN 2004) of 52.225-3. ___ (33) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (34) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (35) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (36) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (37) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)) ___ (38) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __X_ (39) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). ___ (40) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332) ___ (41) 52.232-36, Payment by Third Party (FEB 2010) (31 U.S.C. 3332). ___ (42) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). ___ (43)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (APR 2003) of 52.247-64. ____ (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) __X__ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). _X__ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X__ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) ____ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ____ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). ____ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). ____ (8) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008)(31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) Reserved. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Each of the additional FAR clauses cited in the clause are applicable to this acquisition: i. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration i. The clause at 252.201-7000, Contracting Officer's Representative, applies to this acquisition. j. The clause at 252.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. k. Executive Order- January 30, 2009, NONDISPLACEMENT OF QUALIFIED WORKERS UNDER SERVICE CONTRACTS l. Numbered Notes: N/A m. Contract Action: The proposed contract action is for support services for which the Government intends to solicit for one base year with 4 option years contract as identified in the PWS. Place of Contract Performance/Shipment Location: National Guard Bureau, 111 George Mason Dr 4th Floor Bldg 2 Arlington, VA 22204-1373 n. Set-aside Status: N/A o. Date, Time and Place: Offer is due to National Guard Bureau (NGB-ZC-AQ), 111 George Mason Dr 4th Floor Bldg 2 Arlington, VA 22204-1373 Fax: (703) 607-1172. Delivery may be made by any standard business correspondence to include mail, electronic mail or fax. Offer is due by 2:00 EST on 20 SEP 2011. p. Government Point of Contact: The point of contact for this combined/synopsis solicitations are LTC James Helm, (703-607-1127, email address: James.Helm1@ng.army.mil and James Buchanan, Contract Specialist, (703) 604-4189, James.Buchanan4@us.army.mil. Any and all correspondence in regards to this solicitation shall be submitted to both parties listed here within. For a copy of the solicitation in a more readable format than what is provided by FedBizOps then please send an e-mail request to both parties listed here within. NGB-J32-CD BI Support PWS, 01 December 2010 Page 1 of 20 National Guard Counterdrug Program Full Time Support Management Control System (FTSMCS) Business Intelligence (BI) Integration and Consulting Support Performance Work Statement (PWS) December 01, 2010 NGB-J32-CD BI Support PWS, 01 December 2010 Page 2 of 20 1.0 BACKGROUND............................................................................................................... 3 2.0 OBJECTIVE..................................................................................................................... 3 3.0 GENERAL REQUIREMENTS....................................................................................... 3 4.0 LICENSES......................................................................................................................... 6 5.0 DASHBOARD DEVELOPMENT................................................................................... 6 6.0 MAPPING TECHNOLOGY........................................................................................... 6 7.0 TECHNICAL SUPPORT................................................................................................. 6 8.0 TRAINING........................................................................................................................ 7 9.0 PERSONNEL SECURITY.............................................................................................. 8 10.0 REPORTS.......................................................................................................................... 8 11.0 DELIVERY/PERFORMANCE SCHEDULE................................................................ 9 12.0 CONTRACTING OFFICER'S REPRESENTATIVE................................................ 12 13.0 SECURITY & ACCESS TO GOVERNMENT FACILITIES................................... 12 14.0 RIGHTS IN DATA......................................................................................................... 12 15.0 QUALITY CONTROL PLAN....................................................................................... 12 16.0 CONFIDENTIALITY.................................................................................................... 12 17.0 FEDERAL HOLIDAYS................................................................................................. 13 18.0 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP):.................................. 14 ATTACHMENT 1 FUNCTIONAL AREA DASHBOARD REQUIREMENTS................................................... 17 ATTACHMENT 2 WEEKLY STATUS REPORT FORMAT.............................................................19 ATTACHMENT 3 TRIP REPORT FORMAT...............................................................................20 NGB-J32-CD BI Support PWS, 01 December 2010 Page 3 of 20 1.0 Background The National Guard Counterdrug Program (NG CDP) uses an electronic information management control system to: document, archive, and manage operational missions and resources; meet internal and external reporting requirements; respond to RFIs and track budgetary information. The primary management control system for the National Guard Bureau Counterdrug Division (NGB-J32-CD) is a Counterdrug (CD) Module within the Full Time Support Management Control System (FTSMCS). There are approximately 1500 FTSMCS CD Module users which include: NGB-J32-CD staff, Liaison and Action Support Officers (LNOs), and NG CDP personnel in the 54 States, Territories, and the District of Columbia. 2.0 Objective NGB-J32-CD requirements are for FTSMCS to integrate a Business Intelligence (BI) capability into the FTSMCS CD Module architecture with training, ongoing consulting support, and system maintenance. The primary use for the BI capability is for more efficient and effective reporting and decision making at all levels within the NG CDP. 3.0 General Requirements The integration of BI enables FTSMCS CD Module users with the ability to design and build adaptive point and click dashboards, scorecards, schedule alerts and produce ad hoc timely, accurate and relevant information displays in a single, seamless, web-based interface. The BI tool through the use of "intuitive wizards" allows CD Module users the capability to reconfigure data elements and business objects without technical support intervention. In addition to leading the effort to deliver a pilot reporting solution to end-users, the contractor shall work with NG CDP personnel and the FTSMCS contractors assigned to integrate the BI application into a normal reporting routine as determined by each State. The Business Intelligence software suite shall include, at a minimum, the following styles of BI: Scorecards and Dashboards will provide "intuitive snapshots" and "at-a-glance" information about business performance across the enterprise. These tools will generate an immediate overall view of business performance, critical and strategic financial and operational data for managers and senior leaders. Enterprise Reporting will provide individuals at all organizational levels the detailed functional area information that impacts decision-makers throughout the enterprise. This tool will deliver a flexible enterprise reporting system that presents targeted data in the most usable format for day to day operations. Online Analytical Processing (OLAP) Analysis will provide the capability for CD Module users to slice and dice interrelated subsets of data or "cubes". This tool will allow data analysis using standard OLAP features such as page-by, pivot, sort, filter and drill up/down to flip through a series of report views. OLAP Analysis will offer CD Module users primary access to their data warehouse. Advanced and Predictive Analysis will provide FTSMCS CD Module users and information analysts' full investigative power into the data warehouse to find out the details NGB-J32-CD BI Support PWS, 01 December 2010 Page 4 of 20 behind specific performance measures. This tool will allow users to move seamlessly from basic OLAP to advanced statistical analysis and full data mining capabilities, thus predicting trends, forecasting, and hypothesis testing. Alerting and Proactive Notification will provide a flexible BI software suite capable of distributing large numbers of reports and alerts to CD and non-CD Module users. This tool can distribute scheduled emails to user populations with report attachments. 3.1 Implementation Plan: 3.1.1 Contractor shall use a phased delivery approach or commercial best practice and work in a collaborative manner with NG CDP personnel, existing FTSMCS contractors and ARNG directorates. 3.1.2 Phase I: Licenses shall be deployed to an initial 160 pilot users, which includes 7 Core Team (NGB-J32-PSB IT - 3, IIF Data - 2, and Consulting Support - 2) members within the NG CDP and based on data currently available in FTSMCS. This phase shall incorporatetraining, printed documentation and courseware on the use, functionality, operability, system response time, issue resolution time and technical support on the CD FTSMCS module, the BI software suite, and baseline dashboards IAW Attachment 1, items 1, 2, 8, and 15. Training survey results gathered during Phase I will be incorporated into the requirements for any future training evolutions and proposed changes in the information system databases. Contractor shall comply with the above requirements before advancing to Phase II. 3.1.3 Phase II: Licenses may be deployed up to an additional 450 users, in increments upon request, within the NG CDP and based on data currently available in FTSMCS. This phase shall incorporate feedback from the pilot users of Phase I regarding: training, printed documentation, courseware, ease of use, functionality, operability, system response time, issue resolution time and technical support. Training survey results gathered during Phase II will be incorporated into the requirements for any future training evolutions and proposed changes in the information system databases. Contractor shall comply with the above requirements before advancing to Phase III. 3.1.4 Phase III: Licenses may be deployed up to an additional 890 users in increments upon request. Any future work in new information systems shall leverage the foundational work done in Phases I and II of the BI integration into the current FTSMCS architecture. Contractor shall ensure work completed in prior phases will be exported to Phase III. Contractor shall develop, maintain and update all system documentation required in support of this contract. Contractor shall comply with the above requirements before completing project. 3.1.5 At any time the Government can accelerate the phased approach. NGB-J32-CD BI Support PWS, 01 December 2010 Page 5 of 20 3.2 Operational Support and Maintenance 3.2.1 Contractor shall provide support for live data access (preferred) or data warehouse access (acceptable) of BI software suite into the current FTSMCS architecture while preserving the integrity of all historical data. 3.2.2 Contractor shall maintain and extend the existing BI software suite for use within the FTSMCS architecture. 3.2.3 Contractor shall ensure all software versions of the BI software suite being developed for this project are web-based, available 24/7 and meets and maintains ARNG Certificate of Networthiness (CoN) requirements and do not infringe upon present or future FTSMCS DIACAP requirements. 3.2.4 Contractor shall maintain and extend the existing logical data model, hierarchies, and schema objects (metadata) required to support reporting based upon FTSMCS CD data table structures. 3.2.5 Contractor shall perform data sourcing, data cleansing, transformation and loading of the reporting database from FTSMCS. 3.2.6 Contractor shall create user roles and permissions within the BI software suite for FTSMCS as defined by the Government. 3.2.7 Contractor shall ensure performance tuning and optimization of the database and reporting environment. FTSMCS/BI integration is to be accomplished in accordance with industry standards and best practices. 3.2.8 Contractor shall ensure the hardware/maintenance requirement shall consist of CPU capacity for testing and production requirements for 1500 simultaneous users and meets Continuity of Operations (COOP) standards as defined by the ARNGRC. 3.2.9 Contractor shall perform system updates with minimal NG CDP customer interruption, preferably during non-business hours (10PM EST - 8AM EST). 3.2.10 Contractor shall ensure the system supports Common Access Card (CAC) authentication capability. 3.2.11 Contractor shall provide the following DoDAF model viewpoints: All Viewpoints (AV-1 and AV-2) to describe the scope and context of the architecture; Systems Viewpoints (SV-1 thru SV-8 and SV-11) to relate systems, services, and characteristics to operational needs; Technical Viewpoint (TV-1) to prescribe standards and conventions; and Operational Viewpoint (OV-1 thru OV-3, OV-5 and OV-6) to identify what needs to be accomplished and who does it.. NGB-J32-CD BI Support PWS, 01 December 2010 Page 6 of 20 4.0 Licenses All licenses (Server and Client) shall be provided to the FTSMCS Contractor as Government Furnished Equipment (NGB owned), without renewal/upgrade fees to the FTSMCS contractor. 5.0 Dashboard Development 5.1 Contractor shall deploy all styles of existing BI and enhanced functional area dashboards IAW Para 3.0 and operational functional reports IAW Attachment 1. 5.2 Contractor shall provide users within the NG CDP the capability and training for ease of use to design, create, display and analyze ad-hoc dashboards and reports within 2-4 hours of the request for information at the NGB-J32-CD, functional or State level. Additionally, Contractor shall provide Core team users with development tools capability and training for ease of use to architect, create, design, and manage schema objects, user's roles, and security profiles. 5.3 Contractor shall make available new ad-hoc dashboards as they are developed within 5 business days from receipt of requirement IAW Attachment 1 and Para 5.1 and 5.2 to the remaining users within the NG CDP. 6.0 Mapping Technology Contractor shall ensure existing dynamic dashboards/reports and FTSMCS data, as residing in the BI software suite, can be seamlessly linked to a digital mapping capability for geographic and regional display and analysis. This mapping technology and custom visualizations tool will enable rapid and intuitive analysis of trends and results animations with external demographic correlations 7.0 Technical support The BI Software Suite shall ensure the following testing: Function, User Interface, Regression, System, and Acceptance and make results available. 7.1 Contractor shall provide new software releases and updates as required to maintain optimal functionality and meet ARNG Certificate of Networthiness (CoN) requirements and do not infringe upon present or future FTSMCS DIACAP requirements. 7.2 Contractor shall designate three (3) NGB-J32-CD customer support liaisons as the primary points of contact between NG CDP Program Managers and contractor tech support. 7.3 Contractor shall provide multiple communication channels for NGB-J32-CD support liaisons (telephone, e-mail, and web-based). NGB-J32-CD BI Support PWS, 01 December 2010 Page 7 of 20 7.4 Contractor shall provide NGB-J32-CD support liaisons with access to tech support during the hours of 9:00 am - 7:00 pm (Eastern Time). 7.5 Contractor shall provide NGB-J32-CD support liaisons access to the contractor supported online knowledge base, customer forums, and download site - 24 x 7 x 365. 8.0 Training 8.1 All activities performed under this task shall meet Department of Army Training and Doctrine Command (TRADOC) standards whenever possible and be in accordance with the Program of Instruction (POI) as developed by the NGB-J32-CD Training Section. 8.2 Contractor will develop and deliver all training materials on CD ROM which include student guides, instructor guides and web-based materials as follows: 8.2.1 Five to ten minute video narrative demonstrating the basic capability of the BI software suite when integrated with the data within FTSMCS to support senior level overview training. 8.2.2 Instructor led classroom and instructor led distance learning (via web) covering baseline FTSMCS/BI CD module functionality and all specific functional areas to support user level training. 8.2.3 Train-the-trainer course covering baseline FTSMCS/BI CD module functionality and all specific functional areas to support on-going NGB CD sponsored initial training. All Phase I licensees are considered "train-the-trainers." 8.2.4 Computer Based Training (CBTs) covering baseline FTSMCS/BI CD module functionality and all specific functional areas to support on-going NGB CD sponsored refresher training. 8.2.5 Exams for each phase of the implementation plan covering baseline FTSMCS/BI CD module functionality and all specific functional areas to support a training completion validation program. 8.3 Contractor shall provide classroom instructor led training for the Phase I users of the implementation plan for NGB-J32-CD Program Managers and NG CDP State Administrators in five (5) classes of 32 students per iteration. At the completion of training, Phase I Users shall have the operational knowledge of FTSMCS to include data entry, data queries, report creation, and data export. Phase I users shall have the ability to design, create, display and analyze ad-hoc BI reports and dashboards within 2-4 hours of the request for information. Phase I users will be certified as "train-the trainers" at the completion of the course. 8.4 Contractor shall complete development of the FTSMCS and BI Phase I and train-the-trainer concept/materials for Phase I users within 60 calendar days after installation and functional testing of the Government Furnished Equipment. NGB-J32-CD BI Support PWS, 01 December 2010 Page 8 of 20 8.5 Contractor shall provide Phase II training within 60 calendar days after the end of Phase I training. Phase II training materials and CBTs shall include feedback received during Phase I training. Online CBTs will introduce key FTSMCS/BI CD module functionality and all specific functional areas for Phase II and Phase III users of the implementation plan. 8.6 Contractor shall ensure all online training deployed to users is in accordance with the POI. 8.7 Contractor shall provide NGB-J32-CD with all FTSMCS and BI documented training materials via CD ROM with copyright authority. 8.8 Contractor shall provide an exam at the end of training for all Phases of the implementation plan. The NG FTSMCS/BI proponent school shall provide a certificate of completion who obtain a 70% or higher on all exams. 9.0 Personnel Security Contractor shall ensure all personnel working on this task order meet investigative requirements (e.g., background investigation) per applicable federal and DoD instructions and guidelines. All contractor personnel performing functions shall meet clearance, certification, and training mandates in accordance with applicable federal and DoD instructions and guidelines. 10.0 Reports 10.1 Contractor shall provide a weekly status report due by 4:00 PM EST, every Monday following the previous week of performance, IAW Attachment 2. At a minimum the report shall contain the following items: • Brief description of tasks performed and number of hours per task. • Current or anticipated problems/issues with proposed solutions. • System updates; current operating system, version and service pack level; database management system version and service pack. • Total hours expended during the current week and cumulative totals for the project. • Milestones accomplished, milestones projected to be completed within the current week, and milestones not completed last week. 10.2 Contractor shall submit a trip report for all travel in support of this project within 3 business days after completion of travel, IAW Attachment 3. NGB-J32-CD BI Support PWS, 01 December 2010 Page 9 of 20 11.0 Delivery/Performance Schedule Task Deliverables Performance Metrics/Acceptable Quality Level (AQL) Method of Measurement Delivery Schedule Task 2.0 Contractor shall provide system business intelligence integration, operation support and maintain the business intelligence capability. Technical Objective 2.0 and paragraph 3.0, 3.2.1 and 3.2.8. System must be operational and in compliance 90% of the time (27 calendar days). Breakout of Monthly Compliance: 90-100%; no deduct 80-89%; 1% deduct 70-79%; 5% deduct 60-69%; 15% deduct 0-59%; 25% deduct Contractor shall complete tasks. Evaluated via QASP instructions and comments. Each month the AQL of 90% is not met, a portion of the monthly payment will be subtracted from the invoice. If necessary a modification to deobligate funds will be accomplished quarterly. Task 3.1 Contractor shall deploy BI licenses in a phase delivery approach. Technical Specification 3.1 and paragraph 4.0 Contractor must meet delivery schedule ** Breakout of Monthly Compliance: 0-1 Days; 1% deduct 2-3 Days; 5% deduct 4-5 Days; 15% deduct 6-30 Days; 25% deduct Contractor shall complete tasks. Evaluated via QASP instructions and comments. Periodic Assessment/Inspection and trend analysis. Within 30 calendar days after receipt of Government Furnished Equipment. Task 3.2.3 Operate and maintain FTSMCS/BI in accordance with DoD Information Assurance standards (DIACAP). Technical Specification 3.2.3 and 3.2.10. System must be in compliance 100% of the time. Breakout of Monthly Compliance: 0-1 Days; 1% deduct 2-3 Days; 5% deduct 4-5 Days; 15% deduct 6-30 Days; 25% deduct Periodic Assessment/Inspection and Third-party audits/inspections as required to maintain quality level of performance Each month the AQL of 100% is not met, a portion of the monthly payment will be subtracted from the invoice. If necessary a modification to deobligate funds will be accomplished quarterly. ATTACHMENT 1 FINAL STATUS REPORT FORMAT Report Date: [Input month and year, i.e. September 2010] Contract/Task Order Number: [Input Number] Title: [Input Title] Award Date: [Input Award Date] Period of Performance: [Input Period of Performance dates] Total Funding: [Input Total Funding amount] Government COR: [Input name of Government COR] 1. Include After Action Reports (AARs) for all training events and meetings with government and partner agencies [Provide AARs as part of the monthly report] 2. Concerns or Problems: Monitor actual training conducted for the COHORT training class at two NGB-J32-CD Training centers [The purpose is to mitigate and rectify. Provide problems and solutions in the final report. Input concerns and/or problems associated with the program, contract/task order in bullet format.] 3. Recommendations: Have a training representative attend portions of each session 1 Written Technical Approach Relevant Experience Offeror shall submit a narrative, not to exceed 15 pages, describing relevant experience including a management plan, in performing work similar to the requirement in the PWS. Offeror must also submit copies of resumes of personnel who qualify to work within the scope of this PWS. In the technical proposal, the Offeror must: A. Describe the technical approach and management plan to ensure task completion. Submit resumes of personnel managing and performing the work. Resumes must demonstrate the contractor's experience and include educational requirements as stated in PWS. Resumes shall list the level of security clearance held. B. Demonstrate efficiency in performance of services and resources to ensure task accomplishment and reduced costs. C. Demonstrate that quality control methods are adequate to determine performance risks and that alternate or remedial method have been identified to maximize efficiency. 2. Past Performance Offeror shall list and describe performance (prime or subcontract) on at least three (3) present or past contracts, with the Government, that were in existence at any time during the past three (3) years (from the date of RFQ release) that directly relate to the Offeror's ability to provide the requirements as described in the PWS. These references should be considered highly relevant to our solicitation. Information may include data on efforts by other divisions, corporate management, or teaming arrangements. Offerors who are newly formed entities without prior contracts should provide a statement to that effect. Offerors without prior contracting experience shall receive a neutral rating. Offeror's submittal must include the following information for each contract: a) Name of contracting activity and contract number, if any b) Period of performance c) Dollar values and contract pricing arrangements (i.e. fixed price, cost reimbursable, etc.) d) Brief description of the contract work, location(s), and conditions of performance e) Contracting Officer name, address and telephone number; and Program Manager (PM) name, address and telephone number f) Name, current address and telephone number of the Offeror's responsible manager(s) for each contract g) A description of any litigation, past, present or pending, against the Offeror related to the contract, including identification of the cognizant agency, name, address and telephone number of the cognizant agency official, and the relevant file numbers 3. Price Proposal, consisting of an original document and one copy, shall contain a firm fixed price cost breakdown of each element of the requirement and in accordance with line items as identified on attached solicitation. Line items for ODC will be determined by the government. EVALUATION: EVALUATION CRITERIA Written Technical Proposal The Government will use a best value approach to evaluate the Offeror's Technical Proposal (relevant experience and past performance) on how well the methodology proposed will accomplish the requirements of the PWS. The Government will evaluate the Offeror's technical approach using the ratings discussed below. Rating Table ADJECTIVAL DEFINITION Outstanding A proposal that satisfies all of the Government's requirements with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, which are not offset by weaknesses, with an overall low degree of risk in meeting the Government's requirements. Good A proposal that satisfies all of the Government's requirements with adequate detail to indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Government's requirements. Acceptable A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. Marginal A proposal that satisfies all of the Government's requirements with minimum detail to indicate feasibility of approach and shows a minimal understanding of the problem with an overall high degree of risk in meeting the Government's requirement. Unacceptable A proposal that contains a major error(s), omission(s) or deficiency (ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. Past Performance Rating Table ADJECTIVAL DEFINITION Excellent Essentially no doubt exists that the Offeror will successfully perform the required effort based on their performance record. Risk Level: Very Low Good Little doubt exists that the Offeror will successfully perform the required effort based on their performance record. Risk Level: Low Adequate Some doubt exists that the Offeror will successfully perform the required effort based on their performance record. Risk Level: Moderate Marginal Significant doubt exists that the Offeror will successfully perform the required effort based on their performance record. Risk Level: High Poor It is extremely doubtful that the Offeror will successfully perform the required effort based on their performance record. Risk Level: Very High Unknown The Offeror has little/no relevant past performance upon which to base a meaningful performance risk prediction. Risk Level: Unknown
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-11-T-0065/listing.html)
- Place of Performance
- Address: 111 S GEORGE MASON DRIVE, BLDG 2, ARLINGTON, Virginia, 22204, United States
- Zip Code: 22204
- Zip Code: 22204
- Record
- SN02513759-W 20110730/110728235329-bee368826adef77a14a23f0177a460ed (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 |