|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,1999 PSA#2284Department of the Treasury, Internal Revenue Service, 6009 Oxon Hill
Road, Suite 700, ATTN: M:P, Oxon Hill, MD 20745 D -- SUCCESSION PLANNING TOOL SOFTWARE SOL TIRNO-99-R-00019 DUE 022699
POC Michelle Faseru (202) 283-1192 Nicolete Vino (202) 283-1456
STATEMENT OF WORK/SPECIFICATIONS: This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in the 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. This
solicitation is issued as a Request for Proposals (RFP) and the
Solicitation No. is TIRNO-99-R-00019. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-08. The resultant contract will be a Firm Fixed
Price/Indefinite Delivery Indefinite Quantity(IDIQ) contract. This
acquisition's Standard Industrial Code(SIC) is 7372 and the related
Small Business Size is $18 million. The Internal Revenue Service has a
requirement for the contractor to provide a rapid implementation of a
computer off the shelf software (COTS) solution for succession
planning, maintenance, technical support services, training and
documentation. The Government expects that the majority of the
requirements will be supported by the standard product and not require
customization. FUNCTIONAL REQUIREMENTS: The following are minimum
requirements: (1) The COTS product shall capture and utilize candidate
data in a table structure to include biographical data (SSN, name,
demographic data, and personal data), competencies (technical and
general), location preferences, performance ratings, awards, 360
appraisal results, readiness evaluations, progression plans (including
"Detail To" job information, proposed job descriptions, and readiness
date), education information, job history, and training history; (2)
The COTS product shall capture and utilize position data in a table
structure to include job descriptions, competencies (technical and
general), basic qualification information, locations, title, grade, and
SSN of person in position; (3) The COTS product shall match candidate
preferences, capabilities, and competencies with position data based on
algorithms; (4) The COTS product shall enable users to easily
modify/adjust algorithms for "what if" scenarios; (5) The COTS product
shall provide standard, pre-formatted statistical reports to include
ranking qualified candidates that meet position requirements and
listing unmatched candidates; (6) The COTS product shall provide
fit/gap analysis of candidate qualifications to position requirements;
(7) The COTS product shall provide a facility for generating and
storing adhoc reports; (8) The COTS product shall provide facilities
for a minimum 2 deep succession planning as well as replacement charts;
(9) The COTS product shall provide the ability to create organizational
charts based on system data; (10) The COTS product shall support
multiple rating scales without impact to product functionality; (11)
The COTS product shall support processing for current candidates,
promotable candidates, and external candidates; (12) The COTS product
shall remove the candidate from consideration when placed in a position
13) The COTS product shall allow for data collection and modification
(e.g. personal information) via a Web-based interface; and 14) The COTS
product shall allow a candidate to self-nominate via the web for an
open position when qualified. USER INTERFACE REQUIREMENTS: The COTS
product shall provide functions that facilitate its use, including but
not limited to the following: (1) The COTS product shall provide an
intuitive end-user Graphical User Interface(GUI) for decision support;
(2) the COTS product shall support multiple user interfaces (e.g.
desktop, web, email); (3) The COTS product shall provide a web-based
facility to support data collection and bilateral information exchange
with a geographically dispersed user community; (4) The COTS product
shall have an on-screen help menu accessible at all times; (5) The COTS
product shall support ten concurrent users doing search/retrieval
functions with no appreciable slowing in response times to individual
users; (6) and The COTS product shall support a core application user
base (i.e., seats) range from 5 to 50 and an applicant base ranging
from 1,000 to 10,000. ADMINISTRATION REQUIREMENTS: The COTS product
shall provide administration utilities that support the following: (1)
Import/export of delimited or fixed-format ASCII data to/from multiple
sources, either one time or on a repetitive basis; (2) Mapping,
converting, and cleaning data during import/export function; (3)
Importing data into existing records; (4) Export of data/reports to
standard office products (e.g. Microsoft Office, Visio, Crystal
Reports/Cognos) and/or other formats (hardcopy, download file, ASCII,
html); (5) Creation of optional (customized) data fields in database
structures; (6) Modification of data contained in validation tables;
(7) Creation/modification of applications including input and output
screens, web pages, reports, and procedures; (8) Establishment of
security/access permissions; (9) Archival of obsolete data; (10)
Backup/recovery; and (11) Establishment of data administrator only
functions. Security requirements include: (1) Permission driven
end-user access based on role/organization/location; (2) Ability to
establish access to the application for an individual based on
SSN/password; (3) Ability to implement levels of security and access
control so as to control access to software functions; (4) Ability to
establish manager access to subordinates' records based on organization
line reporting; (5) Ability to establish "read only", "read/write" and
"limited query" access down to the field level; (6) Ability to create
audit trails of access to application and of changes to records; (7)
Ability to provide limited users the right to add, update, delete, or
archive a candidate or position record and (8) Ability to provide
single user name and password login screen for user/administrator. To
support security features, the COTS product shall contain/require only
one user name and password login screen for users/administrators.
TECHNICAL REQUIREMENTS: The COTS product shall conform to the following
specifications: (1) The architecture shall provide for an open
environment to facilitate integration with existing/future systems; (2)
The architecture shall demonstrate scalability (3) Client/server
operating systems shall be MS Windows or Windows NT 4.0; (4) Databases
supported shall be SQL/Server, Informix, and Oracle; (5) Network
protocol shall be TCP/IP; (6) Web browsers supported shall be MSIE4.0
and Netscape 4.0; (7) source code shall utilize industry standard
application development languages/tools for both the client/server and
web functionality; (8) the product shall be Y2K compliant; (9) the
product shall provide real-time access/processing of data; (10) the
product shall support an interface (via file transfer or other means)
with PeopleSoft 7.x; and (11) the product shall be mature(available in
the marketplace at least one (1) year) and shall be deployed at a
minimum of 25 sites. TRAINING AND DOCUMENTATION: The vendor shall
provide a training plan and curriculum that address the training needs
of system administrators, functional end-users and candidates. The
plan shall include standard and customized training, course names and
content, course schedule, course duration, location, and other
appropriate information for the following functional groups: core users
up to 45 people; system administrators / developers up to 5 people. The
Vendor shall specify the types of training offered (classroom, CBT,
VBT) and include an option to perform the training at Government
locations. The Vendor shall provide all appropriate training materials,
manuals, text material (e.g., softcopy files) and course outlines
necessary for the specified training at or before the beginning of
training. The Vendor shall provide a copyright waiver, if necessary, so
that the Government can reproduce training materials as needed. The
Government will only make those copies of training materials required
to conduct internal training. The Vendor shall furnish 4 sets of
hardcopy documentation for the COTS product, including changes and/or
modifications to the software provided to meet the Government
requirements. The manuals shall present step-by-step instructions for
all of the various features and functions of the product and include
examples to guide users. The documentation shall be organized in
user-friendly formats and use clear, concise terms that are easily
readable by both beginning and experienced users. The documentation
shall contain detailed information on the capability, functionality,
features, installation, configuration, operations, use and technical
specifications of the COTS product. Softcopy of the documentation shall
be provided and, wherever possible, context sensitive, on-line help
shall be available. The Vendor shall also provide camera-ready
navigation aides for ancillary users (i.e., candidates users employing
Web interface). TRAVEL: Travel to the Washington, D.C. Metropolitan
area will be required for part of the implementation support; as well
as to provide the requisite training. Travel will be reimbursed in
accordance with Federal Travel Regulations, FAR 31.205-46. Contracting
Officer Technical Representative(COTR) approval is required prior to
commencement of travel. The Government will not reimburse for local
travel in the Washington, D.C. Metropolitan area if the Vendor has
offices in that area. WARRANTY AND MAINTENANCE: See Attachment 7 on IRS
Web Page, http://procurement.irs.gov. SERVICES: See Attachment 7 on IRS
Web Page, http://procurement.irs.gov. DELIVERY AND ACCEPTANCE: See
Attachment 7 on IRS Web Page, http://procurement.irs.gov. PROPOSAL
PREPARATION: See Attachment 6 on IRS Web Page,
http://procurement.irs.gov. EVALUATION AND BASIS FOR AWARD: Offerors
will be evaluated in accordance with FAR Clause No. 52.212-02,
Evaluation -- Commercial Items with the significant evaluation factors
See Attachment 2 and 2a on IRS Web Page http://procurement.irs.gov.
The Contractor will be required to comply with FAR Clause No.
52.212-04, Contract Terms and Conditions -- Commercial Items, in its
entirety. Under FAR clause 52.212-05, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items,
the Contractor shall comply under paragraph (b) with the following FAR
Clauses: 52.203-06, 52-203-10, 52.212-2, Evaluation of Commercial
Items; 52.219-08, 52.222-26, 52.217-8 Option to Extend Services,
52.222-26, 52.222-35, 52.222-36, 52.222-37 and 52.225-09, 52.227-14.
The offeror shall submit one (1) original and five (5) copies of the
technical proposal and one (1) original and one copy of the price
proposal and 1 electronic copy (Word Perfect 6.0 or greater) no later
than 10:00am(EST) February 26, 1999 to the following address: Internal
Revenue Service, A/C Procurement, 6009 Oxon Hill Road, Room 700, Oxon
Hill, MD 20745, Attn: Nicolete C. Veno, M:P:I:E. Any questions
regarding this notice/solicitation shall be submitted three days (3)
prior to closing via facsimile on (202) 283-0610 or 283-1535 or email
to Nicolete.Veno@ccmail.irs.gov. All seven (7) attachments to this
notice can be found on the IRS Web Page http://procurement.irs.gov.
Posted 02/12/99 (W-SN298121). (0043) Loren Data Corp. http://www.ld.com (SYN# 0034 19990217\D-0002.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|