Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2015 FBO #5006
SOLICITATION NOTICE

D -- SharePoint Development and Support Services - Attachments

Notice Date
8/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, District of Columbia, 20510-7207, United States
 
ZIP Code
20510-7207
 
Solicitation Number
2015-S-063
 
Archive Date
9/23/2015
 
Point of Contact
Connie Kemper,
 
E-Mail Address
acquisitions@saa.senate.gov
(acquisitions@saa.senate.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 4B - SharePoint Personnel Descriptions Attachment 4A - SharePoint Corp Exp Matrix Attachment 3 Contractor Office Budget Acknowledgement Attachment 2 Senate VMachine Specifications Attachment 1 Senate VMI Environment and Network Overview THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY TO PRE-QUALIFY CONTRACTORS. ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT THEIR QUALIFICATIONS IS CONTAINED HEREIN. 1. Introduction The United States Senate Office of the Sergeant at Arms (SAA) is seeking highly qualified sources for multiple awards of Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide design, development, deployment, as well as maintenance and support services for MS SharePoint portal sites for United States Senate and Committee Offices. This is not a request for proposals and in no way obligates the United States Senate to an award of a contract. This Sources Sought Notice contains the most currently available information. This information is subject to change at any time. Responses will be used by the United States Senate to make appropriate acquisition decisions. 2. Scope Based on requirements identified through a Needs Analysis performed by a third party for the SAA, the Contractor shall possess the capability to design, develop, and deploy a MS SharePoint Portal for the Senate Office (individual Senator or Committee), as well as provide ongoing portal maintenance. In addition, if requested by the Senate Office, the Contractor shall have the capability to provide portal and end-user support services. 3. Contractor Requirements Qualified contractors shall have the following experience and capabilities: a. Extensive experience developing and supporting MS SharePoint portal sites compatible with the Senate's Virtual Machine Infrastructure (VMI) environment. Please refer to Attachments 1 and 2 of this Notice. b. Extensive experience designing and developing MS SharePoint portals that provide users with a streamlined and intuitive interface for accessing office-specific content and/or capabilities: i.e., document management, document libraries, collaboration, lists, calendars, workflow, searches, etc. c. Extensive experience in providing MS SharePoint maintenance and support services. d. Operate a support group with incident management and support procedures capable of responding within thirty (30) minutes to requests for service and/or support. e. Ability to deliver technically acceptable SharePoint development and support services within Senate offices' budget limitations. f. Experience developing and delivering MS SharePoint administrator and end-user training and documentation. 4. Response Instructions The Contractor shall provide the following: 4.1 Narrative Response A narrative response, not to exceed fifteen pages in length, which addresses each requirement, 3.a. through 3.f. above. Note that the fifteen page limit does not apply to screenshots, links, or other graphics that serve as examples illustrating products and/or capabilities that demonstrate the required knowledge, skills, and abilities. 4.2 Contractor Budget Acknowledgement The Contractor shall submit a signed Attachment 3, Contractor Budget Acknowledgement, indicating that it can provide the desired services within the scope of offices' budgets. 4.3 Contractor Experience Matrix Using the Position Descriptions in Attachment 4B, the Contractor shall provide a completed matrix in.xls format (see Attachment 4A, Corporate Experience Matrix ), summarizing the corporate years of experience and the number of total staff with those skills. 4.4 Resumes A resume for each person whose experience/skill/knowledge is identified in the Corporate Experience matrix, see 4.3 above, shall include at a minimum: a. the position description (from Attachment 4B) for which this person is counted on the Corporate Experience Matrix b. a description of experience c. number of years of experience d. brief description of projects that are illustrative of experience e. summary of training courses completed and certifications earned relevant to this effort f. formal education level The SAA will pre-qualify vendors based upon its evaluation of the Contractor's response to this Sources Sought Notice. The SAA does not anticipate awarding IDIQ contracts to all Contractors submitting responses to this Sources Sought Notice. Vendors responding to this Sources Sought Notice and deemed qualified by the SAA may be requested to submit a Proposal in response to a solicitation. Only firms deemed qualified will be permitted to submit proposals. If suitable responses are received from qualified sources, the SAA anticipates release of a solicitation in the fall of 2015. Neither the SAA nor the Senate will be responsible for any costs for the preparation of responses to this request Responses are due no later than September 8, 2015 at noon EDT, and shall be submitted electronically via email only, to the attention of Connie Kemper at Acquisitions@saa.senate.gov. No other method of transmittal will be accepted. The response shall not exceed fifteen (15) pages for the Narrative response. However, resumes and the completed matrix (Attachment 4A) are excluded from the page count. Pages over the indicated page limitation will be discarded. The subject line of the email message shall be "2015-S-063 SharePoint Development and Support Services Response. " Access to links or information contained in any files attached to the response is the responsibility of the submitting party. The SAA is not responsible for any failure to access information. Selection of Contractors for subsequent consideration will be through an order of precedence, based on demonstrated competence and qualifications necessary for the satisfactory performance of the services required, as determined by applying the following criteria: 1. Technical Competence 2. Budget Compliance 3. Corporate Experience/Staffing The Senate or the SAA will not be responsible for any costs for the preparation of responses to this announcement. The SAA will not be able to provide debriefings for those responding contractors deemed not qualified for further consideration. THIS NOTICE AND ATTACHMENTS CONSTITUTE THE ENTIRE ANNOUNCEMENT AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR U.S. SENATE. TELEPHONE OR E-MAIL QUESTIONS OR REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/Senate/SAA/SAAFD/2015-S-063/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN03827390-W 20150808/150806235801-963454e6c4c11a81620d0659b6abc590 (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.