Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,1999 PSA#2362

Department of the Interior, Minerals Management Service, Procurement Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia 20170-4817

D -- ESTABLISHING A WEB-BASED DATA MANAGEMENT SYSTEM FOR GPRA PERFORMANCE DATA06/21/99 SOL 1435-01-99-RFQ-16114 DUE 061499 POC Dotty Quinn, Contracting Officer, (703) 787-1365 This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written Request for Quotations will not be issued. Performance period is 60 calendar days from date of award. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. Project: Establishing a web-based data management system for GPRA performance data. Description: The Government Performance and Results Act (GPRA) requires that agencies report to Congress and the President on their performance through an Annual Performance Report. The first one is due March 2000. Performance is to be reported in quantifiable measures. The Department, in anticipation of this reporting requirement and to encourage agencies to insure that they can report performance data, instituted a quarterly data reporting system. The system uses Microsoft Access software as the vehicle for submitting data. A reporting form has been created to enter data for each measure in an agency=s Annual Performance Plan. Problem: Agencies have encountered problems in reporting data because various offices at the Department and agency levels (including intra-agency offices) use different versions of the Access program which have proved incapable of communicating or data transfer is severely limited. There is a need for overcoming this communication problem to insure that data can be transferred without difficulty. Solution: The contractor will develop a web-based solution using the existing Access database for entering, reporting and modifying GPRA data from the various bureaus. The solution must be secure and not permit data tampering. Required: The web-based solution must contain about 2 dozen separate fields, ranging from agency code (e.g. AMMS@) to text boxes for stating goals or explaining results. Most fields will be numeric entries. Pricing Options: 1. Server: Separately price hosting the database and web-site for a one-year period with an option for 4 additional years. 2. Staff: Separately price setting up and maintaining the GPRA system on a government-owned server for a one-year period with an option for 4 additional years. 3. Common database: Separately price providing data conversion from existing bureau to the new Departmental GPRA system so existing data from bureaus does not have to be re-entered manually into the Departmental database within 60 calendar days (same time period as basic task.) For pricing purposes, you should estimate 10 databases with 300 total records. Operation: We envision that agencies will have their internal system fields set up to allow for direct data transfer to the Department system i.e. the specific data compiled for a measure will be uploaded to the Department template and the process would be repeated for succeeding measures. At the Department, the data will be collatedand sorted to facilitate analysis and summary reports would be created using Access tools. This information would be used to evaluate progress and problems in meeting performance goals and the mission of each agency. We expect that bureau managers will access this system to review data and that the data will be updated on a quarterly basis, although sporadic adjustments are likely to occur as well. When needed: The GPRA system must be operational within 60 calendar days of contract award. System must be tested prior to implementing the operational system. Documentation: All source code and HTML code must be fully documented and provided to the government. The system must be fully documented and a user guide provided to the government. Compliance: The system as delivered must be Y2K compliant. Contractor must provide a Y2K compliance certification with the system documentation. Acceptance: The GPRA system will be accepted if it performs the following: 1. Accurately records all transactions; 2. System documentation and user guide is accurate; 3. Provides browser-based information entering, editing, reporting and modifying; 4. Creates and retrieves archive data; 5. User documentation and on-line information is easy to understand and accurately conveys the information; 6. Uses the current browser technologies (HTML 4.0 compliant); 7. Users can access the system without significant delay (test on local area network to determine access rate of less than 2 seconds); and, 8. Provides appropriate security and access as defined by the client. The contractor is responsible for the following: create standard set of reports, provide multi-user access, convert data template to we-based system, provide security protocols to restrict internet access to specific individuals, establish any linkages, identify host server options (e.g., purchase or rental), establish interface for departmental and bureau data, input/upload option vs. data merge, file transfer protocols. The government will determine database files to use, identifyusers with change rights, read-only rights, and password rights. Contractor will submit data entry formats for government review. HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing before 4:00 PM, ET, June 14, 1999, a brief Capabilities Statement detailing: (1) key personnel (those who would have the primary responsibility for performing and/or managing the project) with their qualifications and specific experience; 2) your organization=s experience with developing web-based database applications and a description of your facilities; and (3) past performance with specific references (including project identifier/ contract number and description, period of performance, dollar amount, client name and current telephone number) for work of this nature that your personnel or organization is currently performing or has completed within the last year. Also please include any negative references and your rebuttal explaining your side of the story. All references will be checked to validate the information provided. Offerors shall submit an original and five copies of Capabilities Statements to Dotty Quinn, Contracting Officer, Minerals Management Service, Procurement Operations Branch, 381 Elden St., MS 2510, Herndon, VA 20170-4817. Your Capabilities Statement will be evaluated based on the following: 1. the skills, abilities, education, professional credentials and experience of proposed key personnel; 2. the experience of your organization, including number, size, location of projects, and complexity of similar projects completed by the proposed project team and your organization to determine your potential for success and contract award; and 3. the past performance of your organization, including adherence to schedules and budgets, effectiveness of cost control, the acceptability of previous products delivered, effectiveness of program management, and the offeror=s willingness to cooperate with the customer in both routinematters and when confronted by unexpected difficulties. Following review of all Capabilities Statements received by June 14, those offerors judged most qualified to successfully perform the effort will be asked to provide an oral presentation during the week of June 21. The oral presentation last less 45 minutes must be given by a key person assigned to this project rather than corporate sales or executive personnel who will not work on the project. The government will evaluate each oral presentation to determine the most effective firm, including schedule, coordination, options, technology, testing and methodology. There will be a question and answer session lasting 30 minutes following each presentation. Oral presentations will take place in Herndon, VA. Each offeror invited to provide an oral presentation must submit the following documents by 4 PM, ET, June 21, 1999: (1) a written oral presentation summary in bullet form; (2) a project plan: and (3) a business proposal citing the price to perform the work and option pricing. The evaluation criteria are equal in value and a best value analysis will determine which offeror will received the award. Price to perform the basic work will be evaluated along with other factors. Options will be evaluated; however, they will have a secondary value to the other criteria. The following provisions Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (APR 1998), 52.212-2 Evaluation Commercial Items (OCT 1997), FAR 52-212-3, Offeror Representations and Certifications-Commercial Items (APR 98), 52.212-4 (JUN 97), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (APR 98), FAR 52-225-3, Buy American Act Supplies; and FAR 52.232-33 Mandatory Information for Electronic Funds Transfer Payments. In accordance with FAR 39.106 the software shall be certified to be year 2000 compliant. Offerors can retrieve these clauses on the INTERNET at www.gsa.gov/far or request a hard copy of the clauses by contacting Dotty Quinn on 703-787-1365 or by sending a FAX request to (703) 787-1387. While telephone questions are strongly discourage. Written, E-mail or faxed inquiries are encouraged. Please send questions to Dotty.Quinn@mms.gov. Please include the ARFQ Number 1435-01-99-RFQ-16114" as well as your full name, organization name, address, phone and fax numbers. It is the responsibility of the offeror to ensure the Capabilities Statement and written presentation summary, schedule and pricing are received before the date/time shown above. For information call between the hours of 8:30AM-5:30 PM, ET, Monday-Friday at 703-787-1365. Small Disadvantaged Business Regulatory Change Notice: The Federal Acquisition Regulation authorizes the use of price and evaluation credits in industries where SDB prime contractors and subcontractors have been underutilized. We ask that you inform your SDB subcontractors that they should contact SBA's Office of Certification and Eligibility at 800-558-0884 to obtain an application, or to log on to SBA/s Website (www.sba.gov.sdb). If you are an SDB prime contractor who is not SBA-certified, we also ask that you apply for certification. Effective October 1, 1999, certified SDB prime contractors were eligible for a price credit when bidding on Federal prime contracts. Effective January 1, 1999, prime contractors who subcontract with SBA-certified or self-certified SDBs are eligible for evaluation credits. Please note that prime contractors may continue to rely on self-certification of their SDB subcontractors through June 30, 1999. For solicitations issued on or after July 1, 1999, prime contractors must use SDB-certified SDB subcontractors in order to be eligible for evaluation credits. Posted 06/04/99 (W-SN339319). (0155)

Loren Data Corp. http://www.ld.com (SYN# 0039 19990608\D-0009.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page