|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 21,1999 PSA#2371U.S. Department of Education, Contracts and Purchasing Operations, CPO,
7th & D Streets SW, Room 3616, Washington, D.C. 20202-4443 D -- AUTOMATIC ACCOUNTS RECONCILIATION SOFTWARE SOL RFP-99-R-0099 DUE
063099 POC Elizabeth Hecker, Contract Specialist, 202-708-7234,
Contracting Officer, Andrew Culko This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in 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. The solicitation number is
ED-99-R-0099 and is being issued as a request for proposals (RFP). This
solicitation document and its incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-11. This
procurement is unrestricted. The SIC code is 7372. Description of
Requirement: The Department of Education requires automated accounts
and systems reconciliation software to facilitate financial management
of, and improve internal controls over, its assets and liabilities.
The Chief Financial Officer (CFO) is responsible for all fiduciary
activities within the Department. The purpose of acquiring an automated
reconciliation package is to reconcile multiple The software package
must identify, track resolution, manage, and report complex
relationships, improve cash management, comply with Treasury
reconciliation requirements, increase internal controls over assets and
liabilities, provide timely identification and resolution of
discrepancies between systems, and provide for more viable reporting.
To this end, the Department seeks to purchase a complex "commercial off
the shelf" reconciliation product with proven success in both the
Federal Government environment (minimum two years) and commercial
private industry. It is anticipated that this requirement will
encompass reconciliation, and system to system balancing within the
Office of the Chief Financial Officer (OCFO) as well as within various
program and regional offices. The Department anticipates that 25 users
will utilize this software, with the possibility of up to 100 total
users in the future. The software must meet the following requirements:
financial exceptions occurring in multiple complex reconciliation
processes involving millions of transactions. The package must
incorporate "Best Practices" knowledge into all aspects of the
software.1. The software must maintain an effective audit trail of all
reconciliation and exception processing and must support effective
internal controls. 2. The software must provide ready access to all
historical data. 3. The software must facilitate report mining
(extensive reporting capabilities). 4. The software must be Windows
based and operate in a client server environment.5. The software must
be warranted to perform the required reconciliations -- the warranty
must cover the complete functionality of the product.6. The Department
of Education is contemplating conversion to a new core financial
system. In the event of such a change, the proposed reconciliation
software must be able to be utilized with different financial systems
and packages. 7. In accordance with FAR 39.106, the software MUST be
certified Year 2000 Compliant. In addition to acquiring the system, the
Contractor shall provide implementation, installation, training,
testing assistance, and consultation. The Contractor must provide
24-hour telephone support; 365 days per year, subsequent upgrades and
new releases of the software, and unlimited access to customer support
web page.The period of performance shall be one year, inclusive of all
specified deliveries and/or task work. The contract type shall be firm,
fixed price. Work shall be performed at various U.S. Department of
Education sites within the Washington, DC metropolitan area.
Performance may also be required at different sites throughout the
United States. The following are deliverables under this Contract: 1.
Recommendations for Best Practice implementation of the software 2.
Requirements gathering document or other proven methodology to document
hardware and software requirements 3. Technical Software Operations
Manuals 4. Production and Test license of software fully installed and
accessible by users 5. Project Team and System Administration
training,complete with training manuals 6. User training, complete with
training manuals 7. Test cases and expected results for user acceptance
testing, quality assurance, and parallel testing 8. Updated
documentation for all upgrades and releases FAR 52.212-1, Instructions
to Offerors -- Commercial Items, and FAR 52.212-4, Contract Terms and
Conditions -- Commercial Items, are incorporated by reference and
apply to this acquisition. FAR 52.212-5, Contract Terms and Conditions
Required To Implement Statutes or Executive Orders -- Commercial
Items, is incorporated by reference and applies to this acquisition.
FAR 52.212-2, Evaluation -- Commercial Items, is incorporated by
reference and applies to this acquisition. In accordance with 52.212-2
paragraph (a), the Government will award the contract to the
responsible offeror whose offer represents the best overall value. The
Government will determine each offeror's overall value on the basis of
an integrated assessment of three evaluation factors: Technical
Capability, Past Performance, and Price. Technical Capability will be
evaluated by how well the proposed products meet the Government's
requirement. Offerors shall include completed copies of the provision
at FAR 52.212-3, Offeror Representations and Certifications --
Commercial Items, with the proposal. Proposals submitted without this
information will be rejected as nonresponsive. Proposals shall also
include product literature, relevant product samples, and a complete
description of technical features AND warranty provisions. The
offeror's price shall include specific pricing information for the
following elements: the software itself, installation, training,
upgrades, ongoing support/maintenance, and any other applicable fees.
All responsible sources may submit a proposal for consideration.
Proposals should be mailed to the address given above. Opening date for
this solicitation is June 18, 1999. Closing date of receipt of
proposals shall be June 30, 1999, at 4:00 p.m., Eastern Standard Time.
All questions regarding this combined synopsis/solicitation should be
directed to: Elizabeth Hecker, Contract Specialist, (202) 708-7234.
Posted 06/17/99 (I-SN344367). (0168) Loren Data Corp. http://www.ld.com (SYN# 0017 19990621\D-0004.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|