Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 16, 2013 FBO #4222
MODIFICATION

70 -- Resource Scheduling Software and Services

Notice Date
6/14/2013
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
10693F1228
 
Archive Date
6/20/2013
 
Point of Contact
Anil N. Nayak, Phone: 703-875-6843
 
E-Mail Address
nayakan@state.gov
(nayakan@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
***MODIFICATION 002 TO THE SOLICITATION: The purpose of this modification to extend the response date to June 19, 2013, 5:00PM. ***MODIFICATION 001 TO THE SOLICITATION: The purpose of this modification is to attach Q&A for interested vendors.*** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 10693F1228 and is issued as a Request For Quote, unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $25 Million. This requirement is restricted to total small business and only qualified offerors may submit quotes. THIS IS AN ALL OR NOTHING QUOTE. PARTIAL OR INCOMPLETE OFFERS WILL NOT BE ACCEPTED OR CONSIDERED. Background: The Diplomatic Security Office of Training and Performance Standards (DS/T/TPS) handles 20+ classrooms, 100+ vehicles and 1,000's of pieces of individual equipment for thousands of students yearly. Class lengths and sizes vary widely, as do their meeting cycles. There are four TPS facilities located in three states. Class loads will soon be increasing to meet recent Accountability Review Board recommendations. At present there are multiple individual and public Excel spreadsheets (nonstandard in construction, functions and level of usage), SharePoint calendars, wax boards and clipboards that are used to schedule and track reservations and activities. Very specialized single purpose scheduling systems have also been internally developed. A TPS resource scheduling application is needed to consolidate all of the TPS resource and scheduling data and provide a consistent interface for an estimated 30 administrators and managers (we are not looking for software development, as we are looking for a customizable software application). A TPS Resource Scheduler tool will need to run across OpenNet to all of the TPS training locations and permit system managers to view and use the same information in all locations. The tool will also be able to produce retrospective reports and projections. The Department of State has a requirement for a resource scheduling software application, remote installation and integration, training, and maintenance and support (4 years), on a Meet or Exceeds basis, to the following: A. Minimum Interoperability Requirements: 1. We require the ability to install the software on vendor agnostic hardware purchased and maintained by DOS personnel running Microsoft Windows 2008 R2. 2. The product must provide the ability to operate without an active internet connection. Product updates must be available for download as a flat file, which can then be transferred using CD or IronKey USB drive. Because the Scheduler will not permit external contact, maintenance updates, if any, will have to be done via hard media (disk or IronKey). 3. The product must install and run within DOS OpenNet support seats in all TPS locations. 4. The product must interface with DOS SharePoint (MOSS 10) and Outlook 10. 5. The underlying database(s) must be commonly used ones such as SQL, Oracle or DB2 and run in the MS Windows 2008 R2 environment. B. Minimum Performance Functions (for the Customizable Software Application Tool): 1. The TPS Resource Scheduler will use a web interface supporting MS IE 7 and up or Google Chrome. 2. The product must have an unlimited scheduling capacity for the TPS resource types (e.g., sedan cars, SUV's, and classrooms at each location) and the total number of resources in each type (e.g., 35 cars, 74 SUV's and 9 classrooms at ITF). 3. The product must link and associate resources such that a higher level resource (a classroom or race track) can be defined as "coming with" lower level resources (PC's or safety equipment or medical support) 4. The product must manage TPS resources using object qualities and business rules. 5. The product must support scheduling of expendable and reusable resources. 6. The product must support licensed admin or management seats through hierarchical permissions including inheritance. 7. The permission structure must support unlimited read-only users without extra costs. 8. The product must integrate with DOS Active Directory to support notifications. 9. The product must support use of imagery, schematics and other graphics to facilitate end user understanding and insights. 10. The following options must be available within the scheduler: a. "Self Scheduling" of a resource with no other manager/admin input b. "Resource Request" for a resource that requires admin approval c. "Resource Assignment" for a resource that is assigned by an admin d. "Recurrence Scheduling" for resource reservations that occur many times e. "Linked Scheduling" for multiple resources that are grouped into one entity 11. Reporting of scheduling, utilization and other resource metrics must be available through an internal (vendor) tool or through an add-on such as Crystal Reports. Inclusion of a reporting tool must be part of the product bid. 12. A "what-if" or other projection mode must be part of the product to support TPS resource planners in estimating and projecting effects of changes in TPS student loads and course offerings. C. Minimum Vendor Requirements: 1. The vendor has a demonstrable experience in providing service similar to this Requirement to other clients of a similar size. 2. The vendor has experience in providing service to U.S. Government clients. 3. TPS requires that in the offer the vendor will assist in providing, documentation and demonstration of the purchased technology to assist in accomplishing the internal DOS IT Review Board acceptance of the software on the DOS Intranet (OpenNet.) 4. The vendor will provide detailed operation manuals to support TPS standalone operation of the scheduling tool. 5. TPS requires the product bid includes initial setup and direct integration assistance in bringing all planned TPS resources into the scheduling tool. Integration will include connectivity with current DOS IT systems (e.g., Outlook). All direct installation and integration efforts must be completed remotely. 6. The initial resource setup phase (installation and integration-resource transfer from end user to vendor's software) will be for a period of no less than six weeks of assistance by dedicated vendor personnel. 7. The vendor will integrate resource data into the vendor software and convey that to TPS for installation in the TPS instance. This can be done by disk, IronKey or FTP for upload into the TPS instance. No direct Internet connection will be possible. 8. Before and during initial setup the vendor will provide training and guidance to designated TPS personnel so that future assets can be added by TPS without reliance on the vendor. Vendor must recommend and provide training for no less than 30 TPS personnel to become subject matter experts for scheduling various resources (classrooms, vehicles, personal equipment, etc.) Training can be onsite or by remote delivery. Vendor must recommend and provide on-site training for five system managers. Vendor should recommend the training type for post-integration and pre-installation. 9. In addition to the initial setup the vendor will provide ongoing support by telephone or e-mail Monday-Friday between the hours of 0800 - 2000 Eastern Time with an option of five years of support. 10. Vendor must provide hardware specifications to support the software which will meet the requirements. Please specify and provide detailed descriptions, so that DoS can determine if said hardware is not currently in use and will need to be acquired. Prospective vendors are strongly recommended to respond using the above minimum requirements as a template (providing extensive descriptions and/or illustrations--fully laying out the integration process, etc.) and to also follow the pricing structure indicated as follows (make adjustments as necessary/expand CLINS): CLIN DoS Description 0001 Resource Scheduling Software 0002 Installation, Integration, Implementation, and Training Services 0003 Maintenance and Support (Base) 1003 Maintenance and Support (OY1) 2003 Maintenance and Support (OY2) 3003 Maintenance and Support (OY3) --Offeror may replace DoS Description with Vendor Descriptions, Part Numbers, Unit Prices and Quantities, etc.-- ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible, preferably 72 hours before the close of this notice, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered. We respectfully request that prospective vendors not make any assumptions.*** In addition to providing pricing for this solicitation, each Offeror must provide NON-PRICING responses (e.g. technical descriptions, past performance, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Anyone other than the manufacturer, offering the name-brand manufactured products, must provide proof (letter from manufacturer or URL to manufacturer's specific web page confirming authorization as a reseller) that they are an authorized distributor. An evaluation will be conducted based on best value, where delivery schedule offered, technical compliance as defined by staying as close to the listed specifications as identified, and past performance are more important than price. However, as delivery schedule, technical compliance, and past performance become equal, award will be made on the basis of lowest price. All unit rates should include all costs including shipping to Dunn Loring, VA 22027. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. All Quotes must be valid for a minimum of 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer's warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this quote from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer's current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/10693F1228/listing.html)
 
Place of Performance
Address: Dunn Loring, Virginia, 22027, United States
Zip Code: 22027
 
Record
SN03090138-W 20130616/130614234805-2fc5a0a7884d36fadeb92c5f1111711e (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.