Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2007 FBO #1902
SOLICITATION NOTICE

D -- Human Resources Automated Hiring System

Notice Date
2/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW Room 6514, Washington, DC, 20230, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
CM1301-7-RP-0006
 
Response Due
3/2/2007
 
Archive Date
3/17/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The Government is seeking a subscription for the usage of an automated hiring web-based Commercial-Off-The-Shelf, COTS, product solution that is currently fully integrated with OPM USAJOBS website. Only fully integrated systems will be considered for award. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation will not be issued. The solicitation number is CM1301-7-RP-0006. This solicitation is issued as a Request for Proposals, RFP. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2005-14. The full text of clauses referenced herein may be accessed electronically at http://www.acqnet.gov/far/. The requirements will be fulfilled using the Simplified Acquisition procedures, Part 13 of the FAR, and the test program authorized in FAR 13.5 for acquisitions of commercial items not in excess of $10 Million. This acquisition is full and open. The NAICS code is 518210 and the associated small business size standard is 23 million dollars annually. The Government intends to award a firm-fixed price contract to obtain subscription services an enterprise-wide automated hiring product solution for the Department of Commerce. The DOC intends to use a vendor hosted and maintained COTS web-based tool to create and post job announcements, receive paper and electronic applications, rate and rank candidates, prepare hiring certificates for managers, annotate the certificates, notify the applicants, and generate a wide array of management reports. The basic tasks that will be required of the contractor are: 1 - a complete operation and maintenance of the contractor-hosted web-based system; 2- maintenance of the interconnections with the USAJOBS system; 3 - maintenance of security, system, and user documentation and support; 4 - technical development and testing of the system to resolve problems and/or create normal and routine COTS upgrades; 5 - ensure data integrity and system availability; 6 - be responsive to customer feedback and suggestions; and 7 - maintain full compliance with all applicable Government policy, law, and regulation with regards to the hiring process, privacy, and information technology security. Currently, DOC has an employee base of 36,000. However, that number is cyclical and is affected by various DOC programs and initiatives. Typically, 150-200 DOC human resources employees and several thousand hiring managers are involved directly with the use of an automated hiring system. Offerors will be required to provide an administer account for the purpose of creating multiple user and manager accounts for the purpose of evaluating functionality of the offered system. Offerors who do not provide administer accounts with their offer will not be considered for further evaluation. Note, the Department of Commerce further reserves the right not to make any award if that action is in its best interest. This acquisition is at all times, subject to availability of appropriate funding. All interested offerors shall provide an offeror for each of the following line items: BASE PERIOD-Effective Date of Award through twelve Months to thereafter: Contract Line Item Number CLIN 0001- Enterprise-wide system subscription for the Department of Commerce, DOC, including operations, maintenance, upgrades, and product & technical support; CLIN 0002- Toll-free telephone Help Desk support for all DOC users and applicants, 7am-7pm Eastern, Monday-Friday, with email access 24x7; CLIN 0003-Support for system configuration, security review, testing, and documentation in full compliance with current federal standards, training, and change management transition, to include migration of data from the current DOC automated tool (Monster Government Solutions, Hiring Manager); OPTION PERIOD I-13th Month through 24th Month: CLIN 0004- Enterprise-wide system subscription for the Department of Commerce, DOC, including operations, maintenance, annual security assessment, upgrades, and product & technical support. CLIN 0005- Toll-free telephone Help Desk support for all DOC users and applicants, 7am-7pm Eastern, Monday-Friday, with email access 24x7; OPTION PERIOD II-25th Month through 36th Month: CLIN 0006- Enterprise-wide system subscription for the Department of Commerce, DOC, including operations, maintenance, annual security assessment and documentation in full compliance with current federal standards, upgrades, and product & technical support. CLIN 0007- Toll-free telephone Help Desk support for all DOC users and applicants, 7am-7pm Eastern, Monday-Friday, with email access 24x7; OPTION PERIOD III-37th Month through 48th Month: CLIN 0008- Enterprise-wide system subscription for the Department of Commerce, DOC, including operations, maintenance, annual security assessment and documentation in full compliance with current federal standards, upgrades, and product & technical support. CLIN 0009- Toll-free telephone Help Desk support for all DOC users and applicants, 7am-7pm Eastern, Monday-Friday, with email access 24x7; OPTION PERIOD IV-49th Month through 60th Month: CLIN 0010- Enterprise-wide system subscription for the Department of Commerce, DOC, including operations, maintenance, annual security assessment and documentation in full compliance with current federal standards, upgrades, and product & technical support. CLIN 0011- Toll-free telephone Help Desk support for all DOC users and applicants, 7am-7pm Eastern, Monday-Friday, with email access 24x7; CLIN 0012-Support for change management, to include transition and migration of all user and system generated data from the system to a follow-on hiring tool. The Contractor shall submit invoices for received deliverables as follows: provide an original invoice for payment to the Department of Commerce, National Institute of Science and Technology (NIST) Accounts Payable Office at: NIST Accounts Payable Office, Bldg 101, Room A-836 MS, 1621; 100 Bureau Drive; Gaithersburg MD, 20899. Telephone: (301) 975-2261; Fax: (301) 975-8283; Email: invoice@nist.gov. NIST will forward the invoice and a payment authorization form, NIST-162 Form or other document/voucher authorizing Government payment, to the COR or COTR. The COR/COTR will return the invoice and the signed payment authorization form to NIST for payment. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In accordance with FAR 52.212-1, Offerors must show the solicitation number, the time specified in the solicitation for receipt of offers, the name, address, and telephone number of the offeror, a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements, price, remit to address, if different than mailing address. Offorers must include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, with its offer. If the quote is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in this solicitation. FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, each offerors shall provide its best terms from a cost or price and technical standpoint with its initial offer. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. The Government intends to award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the Government, price and other factors considered. The Evaluation factors are: FACTOR 1 - Technical; Subscription Services, COTS Products: Offerors shall describe how their proposed COTS products will provide quality, effectiveness and efficiency to improved job applicant qualifications and overall effectiveness in the hiring process. Offerors shall describe their C&A process and if any, the process used to accredit their offered products by other Government agencies. Each Offeror shall include the following plans: a -Transition and Earned Value Management for the transition phase only; b - Project Management; and c - Performance Requirements Summary. Theses plans will be incorporated into the resulting contract. Each Offeror will be required to develop performance measures and reporting matrixes to be included in the Performance Requirements Summary plan as follows: The Contractor shall prepare reports, plans, specifications and all other documentation as set forth in this RFP. All documentation shall be complete, thorough, accurate, and consistent with defined standards. Each document shall be complete within itself, and references to other publications shall be held to a minimum. Plans and other written deliverables will be reviewed and approved by the COTR/Task Manager. The Contractor shall be notified within one business day on any aspect that does not fully comply with DOC expectations. 100% of the specified performance must be completed on or before assigned due dates. This will be measured through close monitoring by the Contracting Officers Representative, COR, or the Task Managers and the monthly status reports. Performance slippage will be documented and brought to the attention of the COR within one business day of occurrence. If the COR instructions are unclear, the Contractor has three business days to get further clarification from the COR. In addition to the above general performance measures, specific performance measures related to this requirement are available upon email request from the Contracting Officer. Offerors are required to meet or exceed all of the stated performance requirements. This will be measured through close monitoring by the COR and the monthly status reports. Any deviations from the stated objectives must be fully documented and explained by the Contractor. The Contractor shall complete the Performance Requirements Summary table which is also available upon email request from the Contracting Officer using the performance requirements, measures, and suggested surveillance to include any additional performance measures proposed based on the solution offered. Offerors are requested to provide additional proposed performance measurements and standards in a table that includes: Required Services; Performance Measures; Acceptable Quality Standard Levels; Quality Assurance Standards and Incentives/Disincentives as part of their offer. The Government will utilize the Performance Requirements Summary to incorporate a Quality Assurance Surveillance Plan after award. For proposal purposes the Government is estimating a ninety days transition period for the Offer to attain a C&A from DOC and transition existing data from the current system. The commitment date for CLIN 0001 and 0002 is October 1, 2007 and July 1, 2007 for CLIN 0003. Offerors shall provide an administer account that allows the Government to create multiple user and manager accounts for the purpose of evaluating functionality and performance requirements of the offered system. The functional and performance requirements document is available upon email request from the Contracting Officer. Offerors that do not comply with the above requirement to provide an administer account with their offer will not be considered for further evaluation. FACTOR 2 - Past Experience: Offerors shall provide three references for which the offeror has provided products, services similar in size and scope to those under this RFP. The Offeror shall include the company/agency name, Point of contact, telephone number; fax number and e-mail address, FACTOR 3 - Past Performance: Offerors shall provide at lease three projects within the last two (2) years that display the Offeror past performance with procurements of similar size and scope as to those under this requirement as an enterprise-wide system subscription provider, and FACTOR 4- PRICE: Offerors shall provide a firm-fixed unit price for each CLIN including Optional CLINs and this material shall include all pricing assumptions. For pricing evaluation assume that the Transition Period is ninety days from Contract Award commenting on July 1, 2007. Therefore, the Base terms of operational services will consist of nine consecutive months starting on October 1, 2007. Factor 1 is more important than Factors 2 and 3 which are approximately equal but individually and collectively are of lesser important than Factor 1. Total non-price score is more important than price but as the total non-price Factors becomes more equal between offerors, Price shall become more important. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, Jul 1995, 52.219-14, Limitations on Subcontracting (Dec 1996), 52.222-3, Convict Labor, June 2003, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, Jan 2004, 52.222-21, Prohibition of Segregated Facilities, Feb 1999, 52.222-26, Equal Opportunity, Arp 2002, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, Dec 2001, 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, Dec 2001, 52.225-13, Restrictions on Certain Foreign Purchases, Dec 2003, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, Oct 2003. Other clauses included are FAR 52.216-18, Ordering, Oct 1995, FAR 52.217-9, Option to extend the Term of the Contract, Mar 2000, and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, Dec 1996 (which can be found at http://oamweb.osec.doc.gov/CAPPS_car.html). In order to submit a complete response to this RFP, Offerors shall submit, at a minimum, the following information by the date and time specified for receipt of all offers: FACTOR 1 - Technical; Subscription Services, COTS Products: Not-to-exceed fifteen pages demonstrating how the Offeror proposed COTS solution will provide quality, effectiveness and efficiency to improved job applicant qualifications and overall effectiveness in the hiring process. The Offeror shall describe, at a minimum, how the complete operation and maintenance of the contractor-hosted web-based system, maintenance of the interconnections with the USAJOBS system, maintenance of security, system, and user documentation and support, technical development and testing of the system to resolve problems and/or create normal and routine COTS upgrades, ensure data integrity and system availability, be responsive to customer feedback and suggestions, and maintain full compliance with all applicable Government policy, law, and regulation with regards to the hiring process, privacy, and information technology security. The Transition, Earn Value Management, Project Management and a Performance Requirements Summary plans shall not exceed five pages each and are not included in the Technical not-to-exceed page count of fifteen pages; FACTOR 2 - Past Experience: Not-to-exceed 1 page per reference and shall include three references for which the Offeror has provided products and services similar in size and scope to those under this RFP. The Offeror shall include the company/agency name, Point-of-Contact, telephone number; fax number and e-mail address for each reference; FACTOR 3 - Past Performance: Not-to-exceed 2 pages describing past performance with procurements of similar size and scope as to those under this requirement as an authorized software provider; and FACTOR 4 - Price: Offers shall include pricing for all CLINs and this element has no page limitations. All Offerors shall provide a firm-fixed unit price for each CLIN including optional CLINs and this material shall include all pricing assumptions. For purposes of the pricing evaluation assume a Transition Period of ninety days committing on July 1, 2007, and a operational Base Period of nine consecutive months. All Optional periods of performance for operational services will be base on twelve consecutive months of service. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. All offers shall be typed, single-space, utilizing any font supported by Microsoft Office. Font size must be readable to the human eye without strain, and printed, unreduced in size, on 8-1/2 inch by 11 inch paper, not exceeding the page limitations stated above. Fold out pages, Not-to-Exceed two folds, will count as one page. Graphs, table font, and graphics font size must be readable to the human eye without strain. The Government must be able to read ALL text. The fifteen page limit does not include tabs, dividers, coversheets, table of contents, definitions or list of acronyms, list of tables and figures, and graphs. Any pages in excess of those identified in this section will be disregarded, and will not be included in the proposal evaluation. Any font that is not readable to the human eye without strain will be REJECTED from the evaluation and shall not be considered for award. All Offerors shall submit ten CD-ROMs containing an electronic copy of the response in Word .doc format, with three signed original paper copies of its offer to U.S. Department of Commerce, CAS, OS Business Solutions Team, Sol: CM1301-7- RP-0006, 14th & Constitution Ave. N.W., Room 6520, Washington, DC 20230, Attn: Michael W. Knowles. The closing date for receipt of proposals is 12:00 PM local time in Washington, D.C., March 2, 2007. FAX and EMAIL SUBMISSIONS SHALL NOT BE ACCEPTED. Questions or requests for documentation regarding this acquisition should be forwarded to Michael W. Knowles: 202-482-6437, email mknowles@doc.gov. This combined synopsis/solicitation shall not be construed as a commitment of any kind.
 
Record
SN01228372-W 20070210/070208220428 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.