SOLICITATION NOTICE
D -- Technical Support Specialist
- Notice Date
- 1/4/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW Mail Stop 4-13, Washington, DC, 20219, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-000000RFQ4
- Response Due
- 1/10/2007
- Archive Date
- 1/12/2007
- Small Business Set-Aside
- Total Small Business
- Description
- 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; quotes are being requested and a written solicitation will not be issued. This is a small business set-aside. The NAICS code for this acquisition is 541512. Description: Technical Support Specialist (TSS) (as described below). Quantity: 0001 - Base period of approximately nine (9) months (1413 hours); 1001 - Option Year One (1880 hours); 2001 - Option Year Two (1880 hours). STATEMENT OF WORK - BACKGROUND: In 2002, the OCC contracted with OPM to have vendor GeoLearning, an application service provider, customize an off-the-shelf learning management system to meet OCCs needs in the area of learning management. The Continuing Education Division has been working with GeoLearning to implement and maintain this Learning Management System (LMS) and eLearning delivery platform that enables the OCC to plan, develop, manage, track, and deliver internal training content. The GeoLearning LMS: 1) Automates the administration of training events; 2) Provides managers, administrators, customers, and students with the ability to manage their internal learning activities; 3) Allows OCC to manage, track, and deploy elearning of all modalities to employees, including instructor-led, on-line training, and self-studies across an extended enterprise; 4) Allows OCC to manage resources, content, and learners. OCC is currently exploring a replacement platform for the current LMS. Tentative plans are to implement Plateau within the next year. The TSS should have experience using primarily GeoLearning and secondarily, Plateau. SCOPE OF REQUIREMENT - Contractor support is required for ongoing maintenance and support of the current system, as well as for migration from the current LMS to replacement LMS system with subsequent support for ongoing maintenance and enhancements. The current LMS includes a course catalog, course registration functionality, course scheduler, online vendor courseware, courseware development tool, test/survey evaluation tool, alternate approval functionality, a bulletin board, shared calendar, and chat room. In order to meet reporting requirements, OCC Information Technology staff developed a data mart which incorporates training data from a legacy mainframe system and supplemental external training and certification database applications. This data has been combined with data originating in the LMS (which is downloaded on a daily basis). Contractor support is required for developing ad hoc and corporate reports using the data mart as a source application. Contractor support is required to implement a new learning management system. This includes analyzing current business processes and re-engineering to adapt to the functionality available in a new system. Customizations are not planned for the new LMS. The contractor shall support the project as follows: 1) Provide administrative support to the OCC LMS project manager. 2) Collaborate with other team members working on migration to LMS and provide support on the following: a. Perform tasks associated with implementation of new system, i.e., help analyze current needs and model an approach/process for conducting business process re-engineering and transition/change management. b. Review existing requirements and assist with redesigning business processes to adapt current business processes to new LMS. 3) Provide LMS system support to Continuing Education staff to enable them to use the current and future LMS and CE Data Mart efficiently, effectively, and correctly. 4) Provide user management assistance to OCC Human Resources and IT Security (ITS). 5) Provide support by resolving end-user problems. 6) Assist with technical/functional requirements translation, analysis, and clarification. 7) Analyze system bugs and track system performance issues. 8) Create and review proposals for application modifications. 9) Perform comprehensive quality assurance application testing. 10) Perform data analysis using Excel or some other comparison tool for system data, i.e., catalogs, transcripts, and reports. 11) Serve as a liaison between Continuing Education (CE) Staff and OPM/vendor to ensure that bug fixes or change requirements are incorporated efficiently, effectively, and correctly in the LMS by LMS vendor. 12) Facilitate the integration of Section 508 compliant and AICC or SCORM-based third party custom and/or commercial off-the-shelf courseware. 13) Develop queries and reports using Business Objects and Continuing Education Data Mart. 14) Develop documentation/job aids for training purposes. 15) Learn new applications/functionality and then provide training to system users. DELIVERABLES: All work shall be delivered in Microsoft Office Suite format including Microsoft Word, Visio, Outlook, Access, Excel, MS Project, as appropriate, and in compliance with the POC?s direction and within established timeframes. Deliverables will be due as directed by the POC. KEY PERSONNEL - The Technical Support Specialist (TSS) is designated as the key person under this order. The TSS shall possess a minimum of a bachelor?s degree and at least three (3) years of directly related experience. The three (3) years of directly related experience shall be ideally in LMS, but information systems or another closely related program may be acceptable. The TSS shall have working knowledge of Section 508 compliance, as well as SCORM 1.2 and AICC conformance. All work performed shall require project management skills and the ability to prioritize tasks by criticality. It will also require a thorough understanding of database management. The TSS shall have experience creating, maintaining, and managing Access databases. The contractor shall notify the Contracting Officer's Technical Representative (COTR) in writing 30 days prior to the intended replacement of the Technical Support Specialist. The contractor shall provide the name and resume of the proposed replacement. The COTR has the right of approval of the replacement person. The Contracting Officer will decide any dispute regarding the substitution or replacement of key personnel. TRAINING - The OCC will provide training in using ALICE, the Learning Management System and the Continuing Education Data Mart. Government-Furnished Information, Workspace, And Equipment. Government furnished property will be provided at OCC headquarters and district offices as applicable. OCC will provide the contractor with a work area, desk, chair, data, phones and communication connections. OCC will also provide software and network services (workstation, printer access, email addresses, Internet access, etc.) for the contractor's work-related use. CURRENT OPERATING ENVIRONMENT - Hardware: PC and Mainframe; Operating Systems: Microsoft Windows XP; Application Software: Microsoft Office Suite Professional, including MS Outlook/Exchange 2003. SECURITY - The contractor is not allowed to connect any equipment to the OCC LAN without the permission of the COTR, and only when the subject equipment is configured to operate under the OCC security policy, including allowing regular scanning by OCC security personnel. PROTECTION OF LICENSED SOFTWARE - The contractor accepts all responsibility for adhering to the restrictions of each OCC licensed software product and GeoLearning's software/applications that are used by the contractor?s personnel. COMPUTER VIRUS PROTECTION - To protect against the introduction of a virus onto any OCC microcomputer, the LAN, or the network, the contractor shall: Never load personal software on OCC equipment without LAN Administrator approval. Never use personal diskettes obtained from any source. Never use OCC equipment to download information from sources outside the OCC data network, unless from an approved source to meet legitimate job requirements. Immediately report a suspected or detected virus to the COTR who will notify the LAN Administrator and the OCC Help Desk. KEYS - The contractor shall safeguard all keys and identification cards issued to contractor personnel by the Government. No keys issued to contractor personnel by the Government shall be duplicated. The Contractor shall immediately notify the COTR of any lost keys. The Government may, at its option, require the contractor to replace, re-key, or reimburse the Government for replacement of locks or re-keying as a result of the Contractor losing keys. The contractor shall be required to PERIOD OF PERFORMANCE AND PLACE OF PERFORMANCE - Base period of performance is from date of award through September 30, 2007. If exercised, the following are the option periods of performance: Option Period I is October 1, 2007, through September 30, 2008; Option Period II is October 1, 2008, through September 30, 2009. The work will be performed at OCC Headquarters, 250 E Street SW, Washington, DC 20219. Hours of Operation: The contractor shall perform the services required under this order during the normal hours of operation of the OCC on Monday through Friday, excluding Federal holidays: 8:00 a.m. ? 4:30 p.m. The contractor will be expected to work 1880 hours annually. The contractor shall submit for review certified payrolls which reflect daily hours worked, with the submission of invoices for payment. In the event of absences beyond 120 hours of allowable leave (excluding holidays), the government may take deductions in increments of 1-hour from the contractor?s invoice. Planned and unplanned absences by the key person shall be reported to the COTR as soon as it is known that the key person will not be reporting to work in whole or in part. In the event of extensive absences, the COTR reserves the right to request that the contractor provide substitute key personnel who meet the personnel qualification standards described herein. The OCC recognizes the following Federal holidays on which the contractor is not expected to work: New Year?s Day, Martin Luther King Jr. Day, President?s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day. FAR Provisions: 52.212-1 Instructions to Offerors-Commercial (Sept 2006); 52.212-2 Evaluation Commercial Items (Jan 1999); 52.212-3 Offeror Representations and Certifications ? Commercial Items (Nov 2006) - Offerors shall complete only paragraph (k) of this provision if the offeror has completed the annual Representations and Certifications electronically at http://orca.bpn.gov. FAR Clauses: FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Sept 2005). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Nov 2006) - 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003). 52.239-1 Privacy or Security Safeguards (Aug 1996); 52.217-9 ? Option to Extend the Term of the Contract (Mar 2000); 52.217-5 Evaluation of Options; 1052.245-71(OCC) CITIZENSHIP OR RESIDENCY REQUIREMENTS OF CONTRACTOR PERSONNEL (OCT 2005) The Contractor shall ensure that all employees having access to OCC's facilities, information systems, security items, or sensitive but unclassified information shall be United States citizens or have lawful permanent resident status. SECURITY REQUIREMENTS: The OCC shall have the right under the resultant contract to require contractor personnel undergo a security investigation. The cost for any investigations required under the contract will be borne by the Government. Evaluation Criteria: 1) Technical Qualifications/Key Personnel resume. 2) Relevant Past Performance to include 3 references for the person proposed 3) Price Award shall be placed with the vendor that is determined to be the best value to the government with Technical Qualifications/Resume more important that Past Performance which is more important than price. All responses to this requirement shall be submitted electronically to the person named below on/or before close of business January 10, 2007.
- Place of Performance
- Address: 250 E Street, SW, Washington, DC
- Zip Code: 20219
- Country: UNITED STATES
- Zip Code: 20219
- Record
- SN01205396-W 20070106/070104220902 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |