Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

D -- Digital Asset Management - Past Performance Questionnaire

Notice Date
9/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Education, Federal Student Aid, FSA Acquisitions, Union Center Plaza, RM 91F1, 830 First Street, NE, Washington, District of Columbia, 20202-5405
 
ZIP Code
20202-5405
 
Solicitation Number
ED-FSA-15-R-0034
 
Archive Date
10/3/2015
 
Point of Contact
Bernard Barr, Phone: 2023774210
 
E-Mail Address
bernard.barr@ed.gov
(bernard.barr@ed.gov)
 
Small Business Set-Aside
N/A
 
Description
Conflict of Interest Certification Past Performance Form Combined Synopsis/Solicitation Digital Asset Management Solicitation # ED-FSA-15-R-0034 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. This solicitation is issued as a request for proposal (RFP). This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-83, effective August 3, 2015. All responsible sources may submit a proposal. 3. The North American Industry Classification System (NAICS) code is 518210 - Data Processing, Hosting and Related Service. Offerors must be a Small Business registered in //www.sam.gov, in order to be considered for award. 4. FAR Clauses 52.212-1, Instructions to Offerors - Commercial, applies to this procurement. 5. The attachment Additional Terms and Conditions includes additional contract terms and conditions applicable to this solicitation. 6. The Government contemplates an award of a Firm Fixed Priced contract resulting from this solicitation. 7. Description of Products/Services: See Attachment A - Statement of Objectives (SOO). 8. The Government will award a firm fixed price contract resulting from this RFP to the responsible offeror whose offer represents the best value in terms of technical capability (Section 10) and price. All non-price factors (i.e., technical capability and past performance) are significantly more important than price. Submit the following documents in response to this RFP: A. Technical capability or summary of services. No more than 20 (Twenty) pages. At a minimum the summary must address the details stated in the SOO and evaluation factors. B. Price Quotation - Should include Price for 1 Twelve Month Base Period and 3 Twelve Month Option Periods including any discounts. C. Past Performance Reference -The Offeror's past performance and experience in should be presented via a narrative submission. The Offeror must submit 2 recent performance references (within the last 3-years) of similar scope, size and complexity of the scope/current need of the SOO. Past Performance and Experience shall not exceed 6 pages total: 1) Customer Agency/Company 2) Customer Contact Name/Address / Phone and email) 3) Contract Number and Contact Type 4) Dates of Performance 5) Competitive or Non-competitively awarded 6) Description of services provided and the relationship between those services and FSA's requirement. 7) Relationship between past performance/experience and the current need/scope of the SOO. D. Past Performance Questionnaire- The offeror must complete items 1-5 of the Past Performance Questionnaire (Attachement A) for each project and forward reference with instruction to submit to carolyn.dickens@ed.gov and bernard.barr@ed.gov on or before September 17, 2015. E. Signed and completed copy of the provision at 3452.209-70, CONFLICT OF INTEREST CERTIFICATION F. Completed copy of the provision at 52.212-3, Offeror Representations and Certifications- Commercial Items 9. Questions are due by NOON (EST) on Friday September 14, 2015. All questions/inquiries must be submitted to the Contracting Officer via electronic mail (e-mail). Inquiries submitted via telephone calls will be re-directed to an e-mail submission. 10. Evaluation of Proposals A. The provision at 52.212-2-Evaluation-Commercial Items does not apply to this acquisition as offerors will be evaluated on a best value basis. The evaluation factors are listed below: 1. Technical acceptability - • Technical Evaluation Factor #1- Provides a sound approach to asset management (e.g., facilitate end-to-end management of creative products and assets, shall include multi-user extended licenses for the solution, centralized access to content and digital assets in one place, on-line, monitoring, analyzing, recording, and archiving media assets, as well as managing user permissions and usage policies that will meet FSA requirements as defined in SOO). Provides a sound approach for staffing activities with appropriate qualified personnel. • Technical Evaluation Factor #2- Provides a sound approach to collaboration (e.g., develop a solution that organizes and tracks the creation, usage, and version tracking of existing content to be reused across media channels). • Technical Evaluation Factor #3- Provides diverse acceptance of file types (e.g., create a solution that supports the development and dissemination of a wide range of creative content including but not limited to: audio; mp3, mp4, AIFF, WAV, etc., image; png, gifs, jpg, eps, ai, psd, vectors, illustratrations, fonts, etc., still and motion pictures; pprod, MOV, mp4, WMV, etc., and other creative source files). • Technical Evaluation #4- Provides a sound approach CMS, metadata structuring, tagging (e.g., provide a database methodology and approach that feature dynamic and pivot searching and cataloging. Includes option to implement content discovery functionality by designing workflow efficiency by tagging asset details, managing multiple versions of creative content, eliminating files, recovering lost files and editing metadata content.) • Technical Evaluation Factor #5- Provides a content migration strategy and application (e.g., provides solution to import/export content from the solution as needed in an organized and structured format that is easily searched and shared, provide an option of content migration, content tagging, and placement of the appropriate files within the proper folders as dictated by the workflow and taxonomy). 2. Past Performance- The offeror's past performance will be evaluated for relevancy (similar in size in scope and complexity to FSA's requirement) and customer satisfaction. 3. Price - The reasonableness of the overall price including options will be determined by adequate price competition, and realism will be based on a demonstrated understanding of the requirement. 11. Proposals are due on Wednesday, September 18, 2015 @ NOON EST to Carolyn Dickens and copy to Bernard Barr via email to: carolyn.dickens@ed.gov and bernard.barr@ed.gov, respectively. Offerors who fail to complete and submit the requirements above may be considered non-responsive. 12. Attachment A - Past Performance Questionnaire Attachment B - Conflict of Interest Certification The Additional Provisions, Terms and Conditions are attached. 52.217-8 -- Option to Extend Service (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 ten days of contract expiration. (End of clause) 52.217-9 OPTIONS TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within _30_ days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years and 6 months. (End of clause) 52.217-5 Evaluation of Options. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 3452.201-70 Contracting Officer's Representative (COR). (MAR 2011) (a) The Contracting Officer's Representative (COR) is responsible for the technical aspects of the project, technical liaison with the contractor, and any other responsibilities that are specified in the contract. These responsibilities include inspecting all deliverables, including reports, and recommending acceptance or rejection to the contracting officer. (b) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes that affect the contract price, terms, or conditions. Any contractor requests for changes shall be submitted in writing directly to the contracting officer or through the COR. No such changes shall be made without the written authorization of the contracting officer. (c) The COR's name and contact information: Karen Hyrkas Contracting Officer's Representative Federal Student Aid U.S. Department of Education 830 First Street N.E. - 61G2 Washington, DC 20202 Office: (202)377-3518 karen.hyrkas@ed.gov (d) The COR may be changed by the Government at any time, but notification of the change, including the name and address of the successor COR, will be provided to the contractor by the contracting officer in writing. (End of clause) 3452.224-70 RELEASE OF INFORMATION UNDER THE FREEDOM OF INFORMATION ACT (MAR 2011) By entering into a contract with the Department of Education, the contractor, without regard to proprietary markings, approves the release of the entire contract and all related modifications and task orders including, but not limited to: (1) Unit prices, including labor rates; (2) Statements of Work/Performance Work Statements generated by the contractor; (3) Performance requirements, including incentives, performance standards, quality levels, and service level agreements;(4) Reports, deliverables, and work products delivered in performance of the contract (including quality of service, performance against requirements/standards/service level agreements); (5) Any and all information, data, software, and related documentation first provided under the contract;(6) Proposals or portions of proposals incorporated by reference; and (7) Other terms and conditions. (End of clause) 3452.239-70 Internet Protocol Version 6 (MAR 2011) (a) Any system hardware, software, firmware, or networked component (voice, video, or data) developed, procured, or acquired in support or performance of this contract shall be capable of transmitting, receiving, processing, forwarding, and storing digital information across system boundaries utilizing system packets that are formatted in accordance with commercial standards of Internet protocol (IP) version 6 (IPv6) as set forth in Internet Engineering Task Force (IETF) Request for Comments (RFC) 2460 and associated IPv6-related IETF RFC standards. In addition, this system shall maintain interoperability with IPv4 systems and provide at least the same level of performance and reliability capabilities of IPv4 products. (b) Specifically, any new IP product or system developed, acquired, or produced must- (1) Interoperate with both IPv6 and IPv4 systems and products; and (2) Have available contractor/vendor IPv6 technical support for development and implementation and fielded product management. (c) Any exceptions to the use of IPv6 require the agency's CIO to give advance, written approval. (End of clause) 3452.242-73 Accessibility of Meetings, Conferences, and Seminars to Persons With Disabilities (MAR 2011) The contractor shall assure that any meeting, conference, or seminar held pursuant to the contract will meet all applicable standards for accessibility to persons with disabilities pursuant to section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794) and any implementing regulations of the Department. (End of clause) FSA 27-1 LABELING OF DOCUMENTS. (JUN 2007) The Contractor shall not label any data produced in performance of this contract in a way that would restrict the Government's right to use or release the information. If applicable, the Contractor shall include a legend that identifies sensitive data that should not be released for security reasons. Under FAR clause 52.227-14, Rights in Data-General (or 52.227-15, -16, -17) clause, this data may be used for any purpose the Government deems appropriate. Deliverables shall not contain vendor-specific logos, mottos, watermarks, or holograms. The Contractor shall not use, particularly for proposals, U.S. Government logos, such as the U.S. Department of Education or Federal Student Aid. (End of clause) FSA 32-1 INVOICE PROCEDURES. (MAR 2012) The Contractor must submit an invoice via mail, fax, or e-mail for this contract in order to be paid for products and/or services rendered. For Prompt Payment Act purposes, Invoices received after 3 p.m. will be processed on the next business day. Federal Student Aid's "Designated Billing Office" (DBO) is: US Department of Education Union Center Plaza Federal Student Aid Administration 830 First Street, NE - Suite 54B1 Washington, D.C. 20201-0001 E-mail: InvoiceAdmin@ed.gov Fax: (202) 275-3477 A contractor shall also simultaneously submit copies of the invoice to the Contracting Officer (CO) and one to the Contracting Officer's Representative (COR). The CO and COR should receive copies via the same means as the invoice sent to the DBO. When submitting an invoice via mail, the Contractor shall submit the original invoice and two copies of the invoice. At a minimum, the following items must be addressed in order for the invoice to be considered "proper" for payment: (1) Name and Address of the Contractor. (2) Invoice Number and Invoice Date. (3) The Contract number, contract line item, and if applicable, the order number. (4) Description, quantity, unit of measure, unit price, and extended price of the delivered item or service, as defined in the contract or order. (5) Terms of any offered prompt payment discount. (6) Name, title, and phone number of persons to be notified in event of a defective invoice. (7) The period of time covered by the invoice. (8) Totals, supported by subtotals, and subtotals should be supported by detail (i.e. documentation for categories of labor, hours performed, unit prices) and deliverables provided. (9) If required by this contract or order, receipts must be provided to support documentation of "other direct costs" (ODCs) or materials. (10) Special instructions for finance payments: Invoices for finance payments shall specifically and prominently identify the payment request as follows: REQUEST FOR FINANCING PAYMENT Finance payments are not subject to the Prompt Payment Act. Failure to identify the invoice as a request for financing may result in delay of payment. Invoices that are identified as Requests for Finance Payments shall only include the finance payments listed in the contract. Requests for finance payments shall not be combined with other types of invoice payments. (End of clause) Indemnification. All provisions of the Agreement whereby Licensee indemnifies Getty Images are waived. Liability of the Licensee for any breach of the Agreement or any claim arising from the Agreement shall be determined under the U.S. Federal Tort Claims Act, as amended, or other governing authority applicable to agencies and departments of the U.S. Government. Liability of Getty Images for any breach of the Agreement, or any claim arising from the Agreement, shall be determined in accordance with paragraph 7.1 to the extent the same is consistent with laws applicable to agencies and departments of the U.S. Government. Governing law and jurisdiction. Provisions in the Agreement related to dispute resolution, including paragraph 12.5, are hereby deleted. In their place, the Agreement shall be governed, interpreted and enforced in accordance with the Federal laws of the United States, and jurisdiction shall be in U.S. Federal courts. By mutual consent, the Parties may elect to use alternative dispute resolution (ADR) methods. To the extent permitted by U.S. Federal law, the laws of the State of New York will apply in the absence of applicable Federal law.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/FSA/CA/ED-FSA-15-R-0034/listing.html)
 
Record
SN03879274-W 20150912/150910235327-645c008fed55ce20c40dd14c0c1f1310 (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.