|
COMMERCE BUSINESS DAILY ISSUE OF MAY 23,2000 PSA#2606U.S. International Trade Commission, Office of Procurement, 500 E
Street, SW, Room 413, Washington, DC 20436 D -- WHITE PAGES DIRECTORY SOL ITC-RFQ-00-0006 DUE 053100 POC Deborah
Kearns, Contract Specialist, (202) 205-2736 WEB: Click here to
download a copy of the RFQ:, http://info.usitc.gov/usitcsol.nsf.
E-MAIL: Click here to contact the Contracting Officer via,
dkearns@usitc.gov. 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; quotations
are being requested and a written solicitation will not be issued.
PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Solicitation
number ITC-RFQ-00-0006 is issued as a Request for Quotations (RFQ).
Written documentation will not be issued for this quote. This
acquisition is being conducted under Simplified Acquisition Procedures
(SAP), FAR Part 12. This solicitation document, incorporated
provisions, and clauses are those that are in effect through Federal
Acquisition Circular 97-16. The Standard Industrial Classification Code
(SIC) is 7373, with a size standard of $18M. The RFQ is for the
following CONTRACT LINE ITEM NUMBERS (CLINS): CLIN 0001: System
development and data conversion CLIN 0002: System maintenance &
support, CLIN 0003: (OPTIONAL) Software lease for 6 months, CLIN 0004:
(OPTIONAL) System operation & maintenance, and functional enhancements
as needed, CLIN 0005: (OPTIONAL) System operation & maintenance, and
functional enhancements as needed, and CLIN 0006: (OPTIONAL) System
operation & maintenance, and functional enhancements as needed. The
Government reserves the right to exercise the above options and may
exercise the the options (CLIN 0003 thru CLIN 0006) upon written
notification. I -- BACKGROUND: The Directory Forum, an entity of the
Enterprise Interoperability and Emerging Information Technology
Committee of the US Federal Chief Information Officer's Council, has
implemented an electronic directory of Federal employees' basic contact
information, to promote communication within the Government and with
the public, state and local governments, and business partners. This
electronic directory, called The Federal White Pages, is currently
available for use at www.directory.gov. It currently operates on an
Innosoft directory software platform residing on a Sun workstation
located at a Federal facility in Washington, D.C. By July 1, 2000, the
Directory Forum requires an operational hardware and software platform
to replace the current arrangement. The Directory Forum is interested
in a low-cost solution which meets its current White Pages performance
goals and provides as much flexibility as possible for future
functional development of the system. Reuse of the current hardware,
ease and cost of system operation, support for widely implemented
standards (e.g., LDAP, HTTP) and performance of update cycles will be
considered during proposal evaluation, in addition to acquisition cost.
System features beyond the minimum which the Directory Forum believes
will have value to the maintenance and operation of the White Pages
will be also be considered in evaluation. II -- WHITE PAGES CONCEPT:
The White Pages is a publicly accessible (via Web browser and LDAP
client software on the Internet) directory of basic contact information
on Federal employees: name, organizational location, work e-mail
address, work telephone numbers, and job title where available. The
goal is to have an increasing number of entries for Federal employees,
eventually including data from all Federal agencies, and most other
smaller entities (Commissions, Boards, etc.) The current number of
employees contained in the directory is about 280,000, which could
double or triple during the first option period, i.e., by September,
2001. The White Pages will support LDAPv2 or v3 queries, and will also
have a Web browser interface. The Web interface will support
navigation (drill-down) through organizations as well as top-level
(Government- wide) query on name and organization. The Web interface
shall be customizable, and the system shall provide the ability to
develop statistics on system usage and performance. A.) PERFORMANCE
GOALS FOR THE WHITE PAGES : (1) Information will be updated in the
White Pages not later than 72 hours after it is made available by
source agencies, (2) The White Pages system shall provide a system for
updating directory contents from agency-provided data. The system MUST
at a minimum be able to accept currently provided file formats (LDIF
and tab-delimited) as complete replacements for an agency's data in the
directory. This includes the ability to add, change and delete person
entries, and to rebuild the agency's subtree in the directory
automatically from the update data file: this required automatic
addition and deletion of "OU" entries as needed to contain the provided
person entries. It is VERY DESIRABLE that the system provide enhanced
functionality in the area of data update processing. It is NOT REQUIRED
that this functionality be delivered in the initial period of
performance. Two kinds of enhanced capabilities are specifically
desired: (i) more flexibility for data-providing agencies; (ii) "join"
capability. Examples of flexibility include: ability of the system to
initiate updates from files made available by providing agencies,
e.g., on their FTP site; ability of the system to update from exposed
LDAP or X.500 directories, or to serve data to White Pages users from
those systems in place; ability to accept input from standard export
formats of one or more common LAN or e-mail systems, making any
required transformations on the White Pages end of the transaction.
"Join" capability means the ability to accept inputs from two or more
separate files, where each file contains a subset of the attributes of
a single person entry. For example, if an agency provides one file
with name and e-mail address, and another file with name and telephone
number, the system could produce a set of person entries with name,
e-mail and telephone number (where e-mail and telephone number were
provided for a name), (3) The White Pages will average 99 percent
availability during "prime time" working hours (Federal work days
between 8AM and 6PM EST), (4) An arbitrary query against the full
directory on a partial name (e.g., "Anders*") will return results at
the White Pages server interface (not necessarily to a remote client on
a slow connection to the Internet) within 10 seconds, (5) The White
Pages shall support at least 1,000 lookups/queries per hour, with at
least 5 simultaneous users, (6) The White Pages shall have the
capability of limiting query output to a specified number of entries;
it is desirable that it have the ability to limit read access to a list
of IP address ranges and the ability to limit read access to specified
DNS domains, e.g., .gov and .mil, (7) The White Pages shall include a
facility for backup of data, programs and configuration, (8) It is
DESIRABLE that the system be extensible to include additional
functionality. Such capability will be evaluated in selection of a
proposal, but actual delivery of additional functionality is not part
of this acquisition. Specific additional functionality that is
currently contemplated includes: (i) ability to support schema and
other requirements for the White Pages to serve as a repository for
public keys compatible with the Federal PKI Bridge system now being
developed; (ii) ability to serve as a component of an authentication
and/or authorization system for personalized Internet service delivery;
(iii) ability to provide for adequately secure distributed
administration of the White Pages (so that entries or selected
attributes are updateable by the owner of the entry or an authorized
administrator). B.) SCOPE OF WORK: The Contractor shall provide all
personnel, equipment, materials, tools, supervision, and other items
and services necessary to provide the following: 1. OPERATIONAL
REQUIREMENTS: The White Pages project is expected to use data files
which have been developed by US Departments and Agencies for their own
uses, and which are available for submission to the White Pages with
some or no reformatting. Typically, the Directory Forum expects
agencies to be able to provide a "flat file" of the required
information via, for example, FTP, and to be able to provide an updated
file at least monthly (depending on their internal data update cycles.)
The system as currently implemented offers agencies a choice of LDIF
format or a specified tab-delimited flat file format. The contractor
shall deliver to the Directory Forum the completely configured and
operational White Pages system during the initial period of performance
(ending July 1, 2000.) The contractor shall perform maintenance and
repair of all system elements during the period of performance. The
contractor shall likewise perform updates of the directory from data
made available by Departments and Agencies during the period of
performance. At time of award, the Directory Forum will provide agency
technical working contacts for all participating agencies, and will be
responsible for obtaining clearances for release of data. The Forum
will also promptly address technical options or policy questions that
arise in the course of the project. 2. DELIVERY SCHEDULE: (a) June
1-July 1, 2000: system development and data conversion, (b) June
1-September 30, 2000: system maintenance & support (c) OPTIONAL PERIOD:
October 1,2000-September 30, 2001 -- System operation & maintenance and
functional enhancements as needed, (d) OPTIONAL PERIOD: October 1, 2001
-- September 30, 2002 -- System operation & maintenance and functional
enhancements as needed, (e) OPTIONAL PERIOD: October 1, 2002 --
September 30, 2003 -- System operation & maintenance and functional
enhancements as needed. 3. DELIVERABLES: All report-type deliverables
(status reports, etc.) below shall be made in electronic form to the
Contracting Officer at the address below. Delivery of the physical
White Pages system hardware and loaded software and data shall be made
at a location in the Washington, DC, area to be mutually agreed upon
by contractor and the Government. The Contractor shall provide the
following: (1) The major deliverable is an operational White Pages
system, as described above, due not later than June 26, 2000, including
test data confirming that the system meets performance and summary data
showing achievement of directory population and data-currency goals.
Contractor must also demonstrate that the directory update cycle is
operating correctly (process of bringing in new data from at least 2
agencies and correctly processing it into the directory.) We anticipate
that a major component of the cost of this project will be software
licenses for the directory. To minimize costs in the FY2000 period of
performance, offerors are encouraged to propose lease rather than
purchase of software, for a minimum period of 6 months (i.e, through
December 31, 2000), with an option to extend the lease or purchase the
software. (2) The White Pages system shall include the capability to
produce reports on usage of the system, including at a minimum the
number of site visits and queries by time period. It shall also be able
to record system uptime to support measurement of this performance
goal. (3) In addition, the contractor shall provide such status and
other reports on progress asmay be required to support interim payments
and to provide the Directory Forum and Contracting Officer information
on progress at least monthly. Such progress reports should include
current status of system functionality and expected progress in the
next month, as well as agency-by-agency data status (entries loaded,
outstanding issues) and system performance records. Delivery of status
reports shall be made in electronic format to the Contracting Office
at the address below. (4) Contractor shall provide not later than
August 15, 2000, system documentation and written procedures sufficient
to allow the Government or another contractor to operate the system,
including performing data updates. (5) Contractor shall also provide
not later than August 15, 2000, a brief summary (3-5 pages typed
double-spaced) of operational and maintenance tasks that would be
necessary to be performed for ongoing production operation of the White
Pages system. The provisions at FAR 52.212-1, Instructions to
Offerors-Commercial Items, applies to this acquisition. The provision
at 52.212-2, Evaluation -- Commercial Items, applies to this
acquisition with evaluation as to price, technical capability and past
performance. For evaluation purposes, price is considered most
important, followed by technical capability and past performance.
Technical capability of the proposed offered product shall be evaluated
to determine if the product offered best meets the specifications set
forth in this solicitation. Past performance will be evaluated to
ensure satisfactory business practices and timely performance. The
Government will award an order that represents the best overall value
to the Government. Determination of best value will include price,
responsiveness to performance goals and operational requirements,
financial terms of the offer, the credibility of the proposed technical
approach, and any additional features or benefits offered (e.g., faster
system response time, additional system features). Offers shall include
the following: (i) A brief assessment of the White Pages project as
described, indicating their proposed approach to the major challenges
described and any areas where it may not be possible to meet
objectives, (ii) proposed price, including a breakdown of major
categories of cost. In particular, costs of acquisition or hardware and
software licenses should be indicated separately, as it may be possible
for the Government to provide these, (iii) all costs for creation and
operation of the White Pages through the period of performance broken
out by option period, plus other reports and deliverables, should be
included. Note: Although a firm fixed-price offer is preferred,
offerors may propose other schemes; if interim payments are
contemplated, then milestones should be proposed that correspond to
payments, and (iv) a very brief description of up to 3 projects
previously conducted or currently being conducted that most closely
resemble this one, including a customer contact who may be asked to
confirm performance. Each quoter shall include a completed copy of the
provision at 52.212-3, Offeror Representations and Certifications --
Commercial Items, unit and extended price for all requested items, and
prompt payment terms with their quotations. The clause at FAR 52.212-4
Contract Terms and Conditions -- Commercial Items applies to this
acquisition with no addenda. FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items applies to this solicitation. Specifically, the
following cited clauses are applicable to this solicitation: FAR
52.217-9, Option to Extend the Term of the Contract, FAR 52.222-26,
Equal Opportunity FAR 52.222-35, Affirmative Action for Special
Disabled and Vietnam Era Veterans FAR 52.222-26, Affirmative Action for
Handicapped Workers FAR 52.222-37, and Employment Reports on Special
Disabled Veterans FAR 52.222-41. The Contracting Officer will furnish
full text for the above listed clauses upon request. Offers will be
received at U.S. International Trade Commission, Office of
Administration, Procurement Services, 500 E Street SW, Room 414-B,
Washington DC 20436 until 3:00 P.M. Eastern Standard time, Wednesday,
MAY 31, 2000. Interested parties can download this notice and any
additional information concerning this solicitation on the Commission's
webpage at http://info.usitc.gov/usitcsol.nsf. Facsimile copies of
quotations should be sent to (202) 205-2337. For more information
regarding this solicitation, call Deborah Kearns, Contract Specialist
at (202) 205-2736 or send e-mail at dkearns@usitc.gov. All responsible
parties are invited to submit a quote which will be considered. Posted
05/19/00 (W-SN456505). (0140) Loren Data Corp. http://www.ld.com (SYN# 0035 20000523\D-0001.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|