SOLICITATION NOTICE
D -- Enterprise HR Management System - Enterprise HR Management System
- Notice Date
- 3/10/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Justice, Office of Justice Programs, OJP/Acquisition Management Division, 810 Seventh Street NW, Washington, District of Columbia, 20531
- ZIP Code
- 20531
- Solicitation Number
- 2010Q020
- Archive Date
- 6/10/2010
- Point of Contact
- Raymond R German, Phone: 202-307-0613, Elvis R. Colbert, Phone: 202-514-0613
- E-Mail Address
-
raymond.german@usdoj.gov, Elvis.Colbert@usdoj.gov
(raymond.german@usdoj.gov, Elvis.Colbert@usdoj.gov)
- Small Business Set-Aside
- HUBZone
- Description
- Appendices A-C, Corporate Nondisclosure Agreements, Individual Nondisclosure Agreements Enterprise HR Management System: Statement of Work RFQ 2010Q_020 OJP/OA/HRD Enterprise Human Resource Management System This is a combined synopsis /solicitation for commercial items prepared in accordance with FAR 13.5 and the format in FAR 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. This solicitation is issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. This is HUBZone set-aside. The NAICS code is 541512 (Computer Systems Design Services). This is a firm-fixed-price contract for one six-month base period plus four one-year option periods. The period of performance is from Date of Award - 04/01/10 to 09/30/10 and annually thereafter. The contractor shall provide support services to assist in the administration and maintenance of OJP's Enterprise HR Management System. The Statement of Work for this solicitation is attached along with Appendices A-C which offerors MUST completed and submit along with their quotes. The provisions at FAR 52.212-1 Instructions to Offerors- Commercial Items (June 2008), FAR 52.212-4 Contract Terms and Conditions-Commercial Items- (Mar 2009), and 52.212-2, Evaluation - Commercial Items (Jan 1999) are hereby incorporated by reference and apply to this acquisition. The Government will make one award to the lowest priced technically acceptable offer. The Government will evaluate all technical factors as exceptional, acceptable, marginal, or unacceptable. Please be advised that the successful offeror, including affiliates, shall be prohibited from competing for any or performing any future work that might result from the requirements of this RFQ. Exceptional- An exceptional proposal contains significant strengths and no weaknesses. The proposal exceeds the performance and technical capability requirements defined in the SOW. The proposal offers value-added methodologies for improving service that benefits the Government. The evaluator has no doubt that the offeror can successfully achieve the requirements in the SOW if the technical approach proposed is followed. The offeror acknowledges risks and develops an approach that proactively identifies and mitigates risks, and looks to reduce or eliminate future risks. Acceptable- An acceptable proposal contains strengths that outweigh any existing weaknesses. The offeror's proposal meets the performance and technical capability requirements defined in the SOW. The evaluator is confident that the offeror can successfully achieve the requirements in the SOW if the technical approach proposed is followed. Marginal- The proposal meets the bare minimum performance and technical capability requirements defined in the SOW, and at the same time has significant weaknesses. The evaluator is not confident that the offeror can successfully complete the required tasking without significant Government oversight or participation. The proposal either fails to address risks or the proposed risk mitigation approach is not deemed to be sufficient to manage the risk. Unacceptable- An unacceptable proposal that contains one or more significant weaknesses and deficiencies. Proposal fails to meet specified minimum performance and technical capability requirements defined in the SOW. The evaluator is confident that the offeror will be unable to successfully complete the required tasking. The proposal does not adequately acknowledge or address risk, mitigate risk, or may actually introduce risk. 1. Past Performance. Offerors are required to submit past performance information for relevant work that has been performed for duration of at least six - twelve (6-12) months for the Federal government within the past three years and which is similar to this effort in nature/scope, complexity, and size. Relevant work will include federal contracts, grants, cooperative agreements, and state and local experience. The information shall be provided in tabular format and may be in 10-point type size. The table is limited to 2 pages. Include this information for each contract listed: Project Name, Contract Number, Period of Performance, Total Project Value, Contact Name, Contact Phone Number, Brief Project Description of work performed, and identification of whether the work was performed as Prime or Subcontractor. Also, include for each contract a brief description of any problems and/or situations that impacted performance and the corrective actions taken to avoid recurrences. If applicable, the table must contain two contracts held by the proposed subcontractor that are similar to this effort in nature/scope, complexity, and size. Of the information listed in the table described above, the offeror must denote three contracts (and two subcontractor contracts, if proposed) under which work similar to this effort in nature/scope, complexity, and size that has been performed with Federal agencies within the PAST THREE YEARS. Offerors are advised that the Government may use all data provided by the offeror in this proposal and data obtained from other sources (CPS and PPIRS), including but not limited to other DOJ and OJP contracts that the offeror may not have included in their proposal, in the development of performance confidence assessments. Past Performance information on contracts not listed by the offeror, or that of planned subcontractors, may also be evaluated. The Government may contact references provided by the offeror, as well as any other source it identifies, and information received may be used in the evaluation of the offeror's Past Performance. While the Government may elect to consider data obtained from other sources, the burden of providing current, accurate and complete Past Performance information rests with the offeror. 2. Corporate Experience. The offeror shall include a general statement detailing the organization's history. Provide a chart that depicts the organization's structure and also indicates where the proposed team fits within the organizational structure. This general statement must not exceed one (1) typed page of the total of three (3) pages allotted to Corporate Experience. The offeror must demonstrate a minimum of three (3) to five (5) years of experience providing support and implementation services as identified in Section 3.0 of the Statement of Work (SOW). If corporate experience is unavailable, an offeror may substitute relevant experience regarding predecessor companies, proposed key personnel who have relevant experience, or subcontractors who will perform major critical aspects of the requirement. If this substitution is applied, the offeror must clearly indicate how this experience relates or compares to the experience required. The narrative must demonstrate relevant technical ability and experience directly related to OJP's requirement. The narrative must also describe two of the largest dollar projects similar in nature and scope that involved these activities that were completed on time at, or under, budget by the offeror's firm in the last three years. If no corporate experience exists, the offeror may substitute current work which has been performed for a period of 12 consecutive months. The narrative may include awards received for projects, and, if applicable, must include proposed key personnel who worked on these projects. (Do not submit resumes - names and titles only.) 3. Technical Understanding. The offeror shall submit a narrative demonstrating the offeror's technical understanding and approach to meeting the requirements of the SOW and accomplishing the tasks described. The narrative shall demonstrate comprehensive and feasible methods and plans to accomplishing the tasks specified in Section 3.0 of the SOW as well as the application of the offeror's understanding in accomplishing these tasks. Ratings for this factor will be based on a judgment of the degree to which the offeror demonstrates the ability to perform the tasks. The degree to which the proposed approach addresses difficulties present in the current state of the field and the related project impacts will also be considered. The narrative is limited to fifteen (15) pages. 4. Quality Control. The offeror shall provide a narrative that identifies internal review procedures to ensure that high quality standards are sustained for this effort. The narrative shall contain a company profile showing all qualified individuals who will directly supervise or review projects to ensure quality control, which includes any quality control measures applied to subcontractors and performed by subcontractors. The narrative shall describe handling potential problem areas and solutions, and customer relations and procedures for meeting urgent requirements. The offeror shall address the approach for application of innovative quality leadership, productivity enhancement, and cost reduction methods and techniques. The narrative shall also describe how the offeror will execute multiple activities simultaneously while also meeting the performance expectations of this requirement. The narrative is limited to three (3) pages. 5. Management Approach. The offeror shall include in the narrative a description of the approach to be applied to the management of this effort. The proposed management approach shall delineate staff and functional relations and illustrate communication and reporting requirements with OJP/OA/HRD. The offeror should pay attention to the issues of efficiency and effectiveness of its management approach in dealing with shifting priorities as well as how the offeror will work as a member of a team with other project-related organizations. The management plan should show how the offeror can respond quickly to unanticipated tasks, changes, or problems and what types of assistance the offeror can offer that are tailored for various situations. If applicable, the offeror should describe the approach to securing and selecting competent consultant and subcontractor services. The offeror should demonstrate recent successful experience in overseeing and providing full administrative support for similar work and comparable technical complexity. The narrative is limited to three (3) typed pages. 6. Transition Plans. The offeror shall provide phase-in and phase-out plans describing actions, plans, and procedures to ensure a smooth transition from contract award to full operational status. Phase In/Start Up Plan: The offeror shall propose a Phase In transition of operations plan to ensure uninterrupted support and services are rendered while the transfer of knowledge and files is accomplished. The Phase In plan shall begin at a date specified by the OJP Contracting Officer and be accomplished in 30 calendar days. Immediately following award, the contractor shall develop a Plan to transition services that shall include, but not be limited to: • Continuance of any scheduled deliverables. • Continuance of standard operations during the 30-day transition period. • Transition of records, knowledge, files, procedures or other designated information important to the successful of this requirement. Phase Out/Shut Down Plan: The offeror shall propose a Phase Out/Shut Down plan, describing how the offeror would ensure the timely and efficient transition of current operations to the successful Contractor if there are any future procurements. The Transition Plan is limited to two (2) pages. (Should not be applicable due to time restraint) 7. IT Security Considerations. The offer shall verify their ability to meet each security requirement listed in Appendix C "Security/Privacy Requirements". The Self-Certify column must be marked as "Yes" or "No" for each requirement, based upon the Offeror's ability to meet this requirement by the end of the appropriate time period. Offers shall complete a narrative explaining how they plan to fulfill all Operational, Management, and Technical Security Requirements for the OJP. Office shall comply with the provision at FAR 52.212-1(b) and submit 1) an electronic copy to Elvis R. Colbert via email at Elvis.Colbert@usdoj.gov. 2) A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. 3) Quotation. Offeror shall include a completed copy of the provision FAR 52-212-3 Offeror Representations and Certifications- Commercial Items (Nov 2006) which can be accessed electronically from the INTERNET at the following address: https://orca.bpn.gov/. All Offerors responding to this RFQ must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/ FAR 52-212-4 Contract Terms and Conditions- Commercial Item (Mar 2009) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2009), applies as follows: 52.233.-3 Service of Protest (Sept 2006), 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), 52.219-3 Notice of Total HUBZone Set-Aside (Jan 1999), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005), 52.222-3 Convict Labor (June 2003), 52.222-21Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 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 (June 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 52.225-13 Restrictions on certain foreign purchases (June 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.239-1 Privacy or Security Safeguards (Aug 1996), 52.217-5 Evaluation of Options (July 1990), 52.217-8 Option to Extend Services (Nov 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000). Other OJP Clauses that are incorporated by reference include: OJP ADDITIONAL TERMS AND CONDITIONS ABOVE AND BEYOND (JULY 2001); FAR 52.216-18 ORDERING; FAR 52.225-1 BUY AMERICAN CERTIFICATE; FAR 52.232-24 PROHIBITION OF ASSIGNMENT OF CLAIMS; COMPLIANCE WITH THE AMERICANS WITH DISABILITIES ACT OF 1990 (42 U.S.C SECTION 12101) (MARCH 2001); NON-DISCLOSURE OF ADMINISTRATIVELY RESTRICTED INFORMATION (AUGUST 2004); 52.223-17 AFFIRMATIVE PROCUREMENT OF EPA-DESIGNATED ITEMS IN SERVICE AND CONSTRUCTION CONTRACTS (MAY 2008); 52.227-14 RIGHTS IN DATA-GENERAL (DECEMBER 2007); 52.227-14 RIGHTS IN DATA--GENERAL (DEC. 2007) - ALTERNATE II; 52.227-14 RIGHTS IN DATA--GENERAL (DEC. 2007) - ALTERNATE III; 52.227-14 RIGHTS IN DATA--GENERAL (DEC. 2007) - ALTERNATE V; 52.217-17 RIGHTS IN DATA-SPECIAL WORKS (DECEMBER 2007); 52.219-14 LIMITATION ON SUBCONTRACTING (DECEMBER 1996) FAR provisions and clauses may be found at http://www.acquisition.gov/far/index.html. Applicable Section 508 standards are 1194.21, 1194.22, 1194.31, and 1194.41. Information about Section 508 is available at http://www.section508.gov/. All responsible sources that can provide and meet the above requirement shall submit a written quotation. Please e-mail all questions and/or clarifications regarding the RFQ to Elvis R. Colbert at Elvis.Colbert@usdoj.gov no later than 12:00 p.m. Eastern Standard Time (EST) Wednesday, March 17, 2010. Quotes are due Wednesday, March 24, 2010 at 12:00 p.m. EST. Offerers shall submit completed Appendices A-C to be considered responsive. Pending review and approval, the award is anticipated by Wednesday, March 31, 2010 with full performance commencing on Thursday, April 1, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/LEAA5/LEAA5/2010Q020/listing.html)
- Place of Performance
- Address: The Office of Justice Programs, Office of Administration, Human Resources Division, 810 7th Street, NW SU 3300, Washington DC 20150, Washington, District of Columbia, 20150, United States
- Zip Code: 20150
- Zip Code: 20150
- Record
- SN02088005-W 20100312/100310234815-2a70ff16898740ffb667f3993807d152 (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 |