Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2015 FBO #5058
MODIFICATION

D -- OPTION - Option SAP HANA Professional Services and Training

Notice Date
9/27/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
1735 N. Lynn St. (SA-06A), Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1045535221
 
Response Due
9/29/2015
 
Archive Date
3/27/2016
 
Point of Contact
Name: Melissa Tyson, Title: Contract Specialist, Phone: 7038750144, Fax:
 
E-Mail Address
TysonMR@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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 1045535221 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. The associated North American Industrial Classification System (NAICS) code for this procurement is 611430 with a small business size standard of $11.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-09-29 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The Department of State requires the following items, Meet or Exceed, to the following: Base Period of Performance: 09/30/2015 - 09/29/2016 LI 001: SAP HANA Professional Services & Training. The Contractor shall provide expert advice and consultation services for all CA/CST teams who will have a role in supporting SAP HANA. The following are examples of the types of support that will be required and will change depending on the timing and audience. SME support may be required on a one-on-one basis. However, SME consultation for at least two CA/CST persons per visit is desired for the following: ?SAP HANA Platform Architect (Best Practices and optimization) ?SAP Replication Server Architect ? HANA (Replication from HANA primary to secondary for failover and DR) ?BI tools (e.g., Explorer and Lumira) (Best practices on how to use/implement these tools and the audiences that best fit their use) ?SAP Replication Server Architect ? Sybase (Replicating data from CCD or Exadata to HANA (Sybase Replication is used)) ?OS Admin ?Database Admin SME support is desired for persons in locations listed in section 5.1 of attached Performance Work Statement (PWS) 5.2.TASK 2 ? SAP HANA Training The Contractor shall provide on-line training to meet CA/CST users who will support SAP HANA. The training will provide numerous options to meet various learning styles and will include but is not limited to the following. The Contractor shall: a.Provide a vast selection of SAP HANA online content that will be accessible to users 24/7/365; b.Offer up-to-date course materials on SAP HANA that are relevant to the needs of the various CA/CST users who have different knowledge and training requirements related to HANA; c.Allow users to access any course online simultaneously; d.Provide customized online training for specific needs of the CA/CST audience, as requested; e.Offer or develop online training content that is intense and specific for IT professionals (i.e. technical specialist, architects, DBAs, etc.); f.Offer courses for SAP HANA certification; g.Provide online or hard copy documentation that can be used as quick reference guides; and h.Revise and refresh leaning content on a regular basis to ensure that the needs and demands of CA/CST?s SAP HANA support team will be fulfilled., 1, LOT; LI 002: Travel Costs for SME?s, reimbursed for reasonable actual costs in accordance with the Federal Travel Regulations, incidental expenses stipend approved in advance by the COR in accordance with the Statement of Work. Not to Exceed., 1, LOT; Option 1 Period of Performance: 09/30/2016 - 09/29/2017 LI 001: SAP HANA Professional Services & Training. The Contractor shall provide expert advice and consultation services for all CA/CST teams who will have a role in supporting SAP HANA. The following are examples of the types of support that will be required and will change depending on the timing and audience. SME support may be required on a one-on-one basis. However, SME consultation for at least two CA/CST persons per visit is desired for the following: ?SAP HANA Platform Architect (Best Practices and optimization) ?SAP Replication Server Architect ? HANA (Replication from HANA primary to secondary for failover and DR) ?BI tools (e.g., Explorer and Lumira) (Best practices on how to use/implement these tools and the audiences that best fit their use) ?SAP Replication Server Architect ? Sybase (Replicating data from CCD or Exadata to HANA (Sybase Replication is used)) ?OS Admin ?Database Admin SME support is desired for persons in locations listed in section 5.1 of attached Performance Work Statement (PWS) 5.2.TASK 2 ? SAP HANA Training The Contractor shall provide on-line training to meet CA/CST users who will support SAP HANA. The training will provide numerous options to meet various learning styles and will include but is not limited to the following. The Contractor shall: a.Provide a vast selection of SAP HANA online content that will be accessible to users 24/7/365; b.Offer up-to-date course materials on SAP HANA that are relevant to the needs of the various CA/CST users who have different knowledge and training requirements related to HANA; c.Allow users to access any course online simultaneously; d.Provide customized online training for specific needs of the CA/CST audience, as requested; e.Offer or develop online training content that is intense and specific for IT professionals (i.e. technical specialist, architects, DBAs, etc.); f.Offer courses for SAP HANA certification; g.Provide online or hard copy documentation that can be used as quick reference guides; and h.Revise and refresh leaning content on a regular basis to ensure that the needs and demands of CA/CST?s SAP HANA support team will be fulfilled., 1, LOT; LI 002: Travel Costs for SME?s, reimbursed for reasonable actual costs in accordance with the Federal Travel Regulations, incidental expenses stipend approved in advance by the COR in accordance with the Statement of Work. Not to Exceed., 1, LOT; Option 2 Period of Performance: 09/30/2017 - 09/29/2018 LI 001: SAP HANA Professional Services & Training. The Contractor shall provide expert advice and consultation services for all CA/CST teams who will have a role in supporting SAP HANA. The following are examples of the types of support that will be required and will change depending on the timing and audience. SME support may be required on a one-on-one basis. However, SME consultation for at least two CA/CST persons per visit is desired for the following: ?SAP HANA Platform Architect (Best Practices and optimization) ?SAP Replication Server Architect ? HANA (Replication from HANA primary to secondary for failover and DR) ?BI tools (e.g., Explorer and Lumira) (Best practices on how to use/implement these tools and the audiences that best fit their use) ?SAP Replication Server Architect ? Sybase (Replicating data from CCD or Exadata to HANA (Sybase Replication is used)) ?OS Admin ?Database Admin SME support is desired for persons in locations listed in section 5.1 of attached Performance Work Statement (PWS) 5.2.TASK 2 ? SAP HANA Training The Contractor shall provide on-line training to meet CA/CST users who will support SAP HANA. The training will provide numerous options to meet various learning styles and will include but is not limited to the following. The Contractor shall: a.Provide a vast selection of SAP HANA online content that will be accessible to users 24/7/365; b.Offer up-to-date course materials on SAP HANA that are relevant to the needs of the various CA/CST users who have different knowledge and training requirements related to HANA; c.Allow users to access any course online simultaneously; d.Provide customized online training for specific needs of the CA/CST audience, as requested; e.Offer or develop online training content that is intense and specific for IT professionals (i.e. technical specialist, architects, DBAs, etc.); f.Offer courses for SAP HANA certification; g.Provide online or hard copy documentation that can be used as quick reference guides; and h.Revise and refresh leaning content on a regular basis to ensure that the needs and demands of CA/CST?s SAP HANA support team will be fulfilled., 1, LOT; LI 002: Travel Costs for SME?s, reimbursed for reasonable actual costs in accordance with the Federal Travel Regulations, incidental expenses stipend approved in advance by the COR in accordance with the Statement of Work. Not to Exceed., 1, LOT; Option 3 Period of Performance: 09/30/2018 - 09/29/2019 LI 001: SAP HANA Professional Services & Training. The Contractor shall provide expert advice and consultation services for all CA/CST teams who will have a role in supporting SAP HANA. The following are examples of the types of support that will be required and will change depending on the timing and audience. SME support may be required on a one-on-one basis. However, SME consultation for at least two CA/CST persons per visit is desired for the following: ?SAP HANA Platform Architect (Best Practices and optimization) ?SAP Replication Server Architect ? HANA (Replication from HANA primary to secondary for failover and DR) ?BI tools (e.g., Explorer and Lumira) (Best practices on how to use/implement these tools and the audiences that best fit their use) ?SAP Replication Server Architect ? Sybase (Replicating data from CCD or Exadata to HANA (Sybase Replication is used)) ?OS Admin ?Database Admin SME support is desired for persons in locations listed in section 5.1 of attached Performance Work Statement (PWS) 5.2.TASK 2 ? SAP HANA Training The Contractor shall provide on-line training to meet CA/CST users who will support SAP HANA. The training will provide numerous options to meet various learning styles and will include but is not limited to the following. The Contractor shall: a.Provide a vast selection of SAP HANA online content that will be accessible to users 24/7/365; b.Offer up-to-date course materials on SAP HANA that are relevant to the needs of the various CA/CST users who have different knowledge and training requirements related to HANA; c.Allow users to access any course online simultaneously; d.Provide customized online training for specific needs of the CA/CST audience, as requested; e.Offer or develop online training content that is intense and specific for IT professionals (i.e. technical specialist, architects, DBAs, etc.); f.Offer courses for SAP HANA certification; g.Provide online or hard copy documentation that can be used as quick reference guides; and h.Revise and refresh leaning content on a regular basis to ensure that the needs and demands of CA/CST?s SAP HANA support team will be fulfilled., 1, LOT; LI 002: Travel Costs for SME?s, reimbursed for reasonable actual costs in accordance with the Federal Travel Regulations, incidental expenses stipend approved in advance by the COR in accordance with the Statement of Work. Not to Exceed., 1, LOT; Option 4 Period of Performance: 09/30/2019 - 09/29/2020 LI 001: SAP HANA Professional Services & Training. The Contractor shall provide expert advice and consultation services for all CA/CST teams who will have a role in supporting SAP HANA. The following are examples of the types of support that will be required and will change depending on the timing and audience. SME support may be required on a one-on-one basis. However, SME consultation for at least two CA/CST persons per visit is desired for the following: ?SAP HANA Platform Architect (Best Practices and optimization) ?SAP Replication Server Architect ? HANA (Replication from HANA primary to secondary for failover and DR) ?BI tools (e.g., Explorer and Lumira) (Best practices on how to use/implement these tools and the audiences that best fit their use) ?SAP Replication Server Architect ? Sybase (Replicating data from CCD or Exadata to HANA (Sybase Replication is used)) ?OS Admin ?Database Admin SME support is desired for persons in locations listed in section 5.1 of attached Performance Work Statement (PWS) 5.2.TASK 2 ? SAP HANA Training The Contractor shall provide on-line training to meet CA/CST users who will support SAP HANA. The training will provide numerous options to meet various learning styles and will include but is not limited to the following. The Contractor shall: a.Provide a vast selection of SAP HANA online content that will be accessible to users 24/7/365; b.Offer up-to-date course materials on SAP HANA that are relevant to the needs of the various CA/CST users who have different knowledge and training requirements related to HANA; c.Allow users to access any course online simultaneously; d.Provide customized online training for specific needs of the CA/CST audience, as requested; e.Offer or develop online training content that is intense and specific for IT professionals (i.e. technical specialist, architects, DBAs, etc.); f.Offer courses for SAP HANA certification; g.Provide online or hard copy documentation that can be used as quick reference guides; and h.Revise and refresh leaning content on a regular basis to ensure that the needs and demands of CA/CST?s SAP HANA support team will be fulfilled., 1, LOT; LI 002: Travel Costs for SME?s, reimbursed for reasonable actual costs in accordance with the Federal Travel Regulations, incidental expenses stipend approved in advance by the COR in accordance with the Statement of Work. Not to Exceed., 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. 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 Bids must be valid for 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 Bid 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. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. 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. 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.acquisition.gov/far/. Work under this task order shall be performed at various DoS locations in the Washington metropolitan area, to include the Bureau of Consular Affairs (CA) located at 600 19th Street, N.W., Washington, DC 20006 and at locations within a 30 mile radius of CA. Services shall also be performed at the Denver, Colorado and Culpepper, Virginia locations. CA/CST will attempt to consolidate locations where possible. The Contractor shall perform the services of this Task Order between the hours of 8:00 a.m. and 6:00 p.m., Monday through Friday, excluding Federal Government holidays. The Contractor shall provide sufficiently skilled and experienced resources capable of meeting both the technical and project management requirements for this Task Order. Skilled personnel requirements apply to team members and key personnel. The contractor shall provide team resources that will be required to demonstrate relevant technical and subject-matter experience in SAP HANA, ability to develop solution and architecture that can integrate with other environments, i.e. Oracle database and Exadata platform, SQL Server, Oracle Siebel CRM tool. Other responsibilities may include: ?Bring first-hand knowledge of successful HANA implementation similar in size and scope ?Develop/provide guidance on alternate solutions ?Coach development team in best practices Travel will be limited only to domestic DoS locations. In addition to the Washington metropolitan DoS sites, travel will be required to Denver, Colorado and Culpepper, Virginia. International travel is not anticipated. A facility security clearance at the SECRET level is required for Task Order performance in accordance with the DD Form 254, Department of Defense Contract Security Classification Specification. All contractor personnel assigned to this Task Order shall possess a SECRET personnel security clearance issued by the Defense Security Service prior to Task Order performance. All DD Forms 254 for subcontracts shall be forwarded to DS/IS/IND for certification prior to issuance to the subcontractor. No subcontractor personnel can be submitted for performance until the DD Form 254 is certified and issued to the subcontractor. Security clearance requirements for contractors accessing DoS information systems shall be in accordance with Volume 12, Foreign Affairs Manual and Section 600. Furthermore, while at DoS locations, the contractor shall comply with applicable DoS regulations relative to the protection of classified and/or sensitive information. The Office of Information Security (DS/IS/IND) is responsible for inspecting the Contractor?s activities at DoS locations. Visit requests are to be sent to DS/IS/IND, SA-20, 13th floor, Rosslyn, Virginia 22209. JPAS Summary Sheets issued by the Defense Security Service must be attached to all Visit Authorization Requests (VARs). All personnel who resign, are transferred, terminated, or otherwise removed from the contract shall be debriefed by the Information System Security Officer (ISSO) and/or the contractor?s Facility Officer (FSO) on the last day of work on site and shall turn in their DoS badge to the COR or ISSO. The visitor authorization request previously sent to DS/IS/IND must be cancelled. Each employee under this contract is individually responsible for the protection of information and shall be required to sign an agreement regarding the confidentiality of the work performed under this contract. The Bureau of Diplomatic Security, DS/IS/IND will advise the Contractor?s Facility Security Officer (FSO) of any security violations by contractor employees. The offeror shall ensure that upon termination from the contract and immediately upon such termination, cleared contractor employees will be debriefed and sign a Security Debriefing Acknowledgement portion of the SF 312, and ensure any and all building passes/ID cards are returned to the State Department. Upon completion of this contract, all SBU and/or classified information shall be returned to the government. Final inspection and acceptance of all work performed, reports and other deliverables will be performed at the place of delivery. The COR and/or Government-designated Point of Contact (POC) will review all deliverables and services and will either accept or provide feedback for corrective actions. The following factors will be used for evaluation: Factor 1: Demonstrated knowledge and understanding of work to be performed Technical Approach and Competencies Factor 2: Past Performance and Experience Factor 3: Qualifications and Experience of Proposed Key Personnel Factor 4: Price Past Performance ? The Offeror?s Past Performance will be evaluated as an indicator of an offeror?s ability to perform the contract. The Department will evaluate the information obtained relative to the Past Performance of the offeror and significant sub-contractors or affiliates, if any. This evaluation may be used both for determining responsibility and for qualitative evaluation purposes. In conducting the evaluation of proposals, the Department reserves the right to utilize all evaluation information available at the time of evaluation, whether provided by the offeror in its proposal or obtained from other sources. For example, the Department may rely on information contained in its own resources, other Federal agencies (such as Government audit agencies), and information available through commercial sources (such as Dun and Bradstreet Reports). Offerors may be given the opportunity to rebut negative information received by the Government during discussions, if discussions are held. NOTE: Offerors without a record of relevant Past Performance or for whom information on Past Performance is not available; may not be evaluated favorably or unfavorably on Past Performance. In the case of technically acceptable identical offers, preference will be given to the offerors with the most relevant Past Performance in the opinion of the evaluators. A cost and/or price analysis shall be conducted based upon the data submitted by the offeror in order to determine that the negotiated cost and/or price is fair and reasonable. Evaluation factors are listed in order of importance with Factors 1 and 2 being of equal value and more important than Factor 3. Factors 1 through 3, when taken together, are more important than price. As Factors 1 through 3 become more equal, the results of the price evaluation may become the determining factor. The Contracting Officer will determine what trade-offs promise the greatest value to the Government, all evaluation factors and price considered. The Government may request clarifications in the form of written questions to which the offerors will be required to respond. The Government reserves the right to award without discussions or to hold discussions if necessary. Note: An Unacceptable rating in any one of the four technical factors shall render the Offeror?s overall proposal Unacceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/1045535221/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03905373-W 20150929/150927233331-04ac9e640108243e673140baf7d71d1e (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.