|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1997 PSA#1911National Institute of Standards & Technology, Acquisition & Assistance
Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899 D -- WEB SITE MAINTENANCE, DESIGN & PROGRAMMING SOL 52SBNB7C1229 DUE
082797 POC Patrick Staines, 301-975-6335; Fax 301-963-7732 WEB: NIST
Contracts Homepage, http://www.nist.gov/admin/od/contract/contract.htm.
E-MAIL: NIST Contracts Office, Contract@nist.gov. The Department of
Commerce, Technology Administration has a requirement for web site
services. The Contract Line Item Number (CLIN), quantity and unit of
measure is as follows: CLIN 0001 -- is quantity (1) JOB -- - internet
web site maintenance, design and programming for the Office of
Technology Policy (OTP) and the Technology Administration (TA) Home
page for the base year (Oct. 1, 1997 -- Sept. 30, 1998); CLINs
0002-0005 are for option year periods. CLIN 0002 -- is quantity (1) JOB
-- internet web site maintenance, design and programming for OTP and
the TA Homepage for option year 1 (Oct. 1, 1998 -- Sept. 30, 1999);
CLIN 0003 -- is quantity (1) JOB -- internet web site maintenance,
design and programming for OTP and the TA Homepage for option year 2
(Oct. 1, 1999 -- Sept. 30, 2000); CLIN 0004 -- is quantity (1) JOB --
internet web site maintenance, design and programming for OTP and the
TA Homepage for option year 3 (Oct. 1, 2000 -- Sept. 30, 2001); CLIN
0005—is quantity (1) JOB -- internet web site maintenance, design
and programming for OTP and the TA Homepage for option year 4 (Oct. 1,
2001 -- Sept. 30, 2002). Offerors must offer a lump sum price for each
CLIN based on an average of 30 hours per week. These services shall
include: 1.) Maintenance of current web page design by adding new
graphics and text. These services shall comprise an estimated 80% of
the total time. 2.) Designing, developing and publishing web pages for
new programs which maintain the current layout and color scheme of the
pages. These services shall comprise an estimated 10% of the total
time. 3.) Developing and maintaining CGI interfaces for on-line secure
data base management. These services shall comprise an estimated 10%
of the total time. The contractor shall review OTP's existing Home
pages and perform the following tasks: 1.) HTML Coding for Web Site
which includes, coding new TA/OTP documents in HTML for installation on
TA/OTP web sites, converting new TA/OTP reports to .pdf format for
presentation on the TA/OTP web page and update on-line forms, text,
graphics, and layout on existing web pages when necessary. 2.) Software
Application Maintenance which includes updating CGI scripting of
existing interactive forms and develop new CGI scripting for new forms,
also maintain and update programming for data base associated with
interactive forms and intelligent visitor counters. The TA/OTP web site
is presently located on web server -- www.ta.doc.gov. The current size
of the site is 230 MB consisting of 2,550 files. The computer platform
that the system uses are client platforms: IBM compatible, Mac, Unix
etc. NT Server 4.0 is the computer system presently in use for the
TA/OTP web site. The database currently used in the TA/OTP web site is
SQL Server 6.5. The Government will provide hardware platforms
on-site, and will also allow use of software it currently has licensed.
Additional development software deemed necessary by the contractor to
develop web materials will be the responsibility of the developers. The
contractor shall design and produce/reproduce graphics to be included
on the web page. Firewall implementation will be handled by TA/OTP. The
period of performance will be one base year beginning October 1, 1997,
through twelve calender months after award, with four twelve month
option periods and is based on an average of 30 hours per week. Monthly
payment will be made in arrears, after Contracting officer's approval
of monthly time sheet submission. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulation (FAR) 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 will not be issued. Solicitation
52SBNB7C1229 is issued as a request for proposals (RFP). The provision
at 52.212-1, Instructions to Offerors-Commercial, applies to this
acquisition. This action is 100% set aside for small businesses and is
being issued using simplified acquisition procedures, under the
authority of the test program cited in FAR subpart 13.6. The applicable
Standard Industrial Classification Code is 7379, with a size standard
of 18 million dollars. 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. Offerors shall comply
with the provision at FAR 52.212-2 and submit a technical description
of the services being offered in sufficient detail to evaluate
compliance with the requirements in this solicitation. The following
factors will be used to evaluate proposals: (i) Related experience
including demonstrable skills in similar projects and disciplines; (ii)
Past performance -- proposals should contain a list of three recent
customers for whom similar services have been performed by the
contractor, who may be contacted as part of the past performance
evaluation. Please provide addresses and telephone numbers of contacts
from these sources; (iii) Skill set(s) including programming and
scripting languages; (iv) Schedule and availability as defined by staff
on hand, skills of staff, and specific time frames; and (v) Creativity
as demonstrated by finished products provided by other clients. These
evaluation factors are listed in descending order of importance, with
the first factor being approximately one third of the total technical
points, factors ii comprising approximately one fourth of the total
technical points, factor iii being one fifth of the total technical
points and finally the remaining 20 percent are split between factors
iv and v. Technical performance is significantly more important than
price. The clause at FAR 52.212-4, Contract Terms and Conditions --
Commercial items, applies to this acquisition With the following
additional clauses: 52.217-08 Option to Extend Services and 52.217-09
Option to Extend the Term of the Contract. Also the clause at 52.212-5,
Contract Terms & Conditions required to implement Statutes or Executive
Orders -- Commercial Items, applies to this acquisition, including
subparagraphs 52.203-6 alternate I, 52.203-10, 52.222-26, 52.222-35
(COMM DEV), 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.222-43, and
DOC agency-level protest procedures level above the contracting
officer, which is available in full text and can be downloaded from the
NIST external web page, the internet address is:
http://www.nist.gov/admin/od/contract/protest.htm. The full text for
the above FAR clauses are available at the following internet address
http://www.gsa.gov/far/ The solicitation document and incorporated
provisions are those in effect through Federal Acquisition Circular 46.
Offers are due by 3PM EST on August 27, 1997 and must include a copy of
the provisions at 52.212-3, Offeror Representations and Certifications
-- Commercial Items, which may also be downloaded from the NIST
external web page,the internet address is
http://www.nist.gov/admin/od/contract/repcert.htm. Offers shall be sent
to the National Institute of Standards & Technology, Acquisition &
Assistance Division, Bldg. 301, Rm. B117, Gaithersburg, MD 20899-0001.
Faxed offers will not be accepted. For information, call the POC
identified above. See Numbered Note 1. (0226) Loren Data Corp. http://www.ld.com (SYN# 0030 19970818\D-0011.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|