Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1997 PSA#1911

National 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