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