Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,1999 PSA#2284

Department 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