Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
SOLICITATION NOTICE

N -- Integrated Library System Replacement Requirement

Notice Date
7/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
United States International Trade Commission, Office of Facilities Management, Procurement, 500 E Street, SW, Room 414, Washington, District of Columbia, 20436
 
ZIP Code
20436
 
Solicitation Number
ITC-10-0003
 
Archive Date
8/16/2010
 
Point of Contact
Janice Ogletree, Phone: 202-205-1838, Contract Specialist, Phone: (202) 205-2739
 
E-Mail Address
janice.ogletree@usitc.gov, myra.lay@usitc.gov
(janice.ogletree@usitc.gov, myra.lay@usitc.gov)
 
Small Business Set-Aside
N/A
 
Description
PERFORMANCE WORK STATEMENT (PWS) UNITED STATES INTERNATIONAL TRADE COMMISSION (USITC) INTEGRATED LIBRARY SYSTEM (ILS) REPLACEMENT REQUIREMENT USITC-RFQ-10-0003 THIS REQUIREMENT IS A BEST VALUE ACQUISITION, Request for Quote (RFQ), Time and Materials. This solicitation is open to all Offerors. Format for RFQ Submission: The cover page of each response quote shall contain the following information: Company Name____________________________ Date Company Established ____________ If Applicable Duns Number ________________ GSA Schedule Number____________________________ Large Business or Other Business (Designate) _____________Telephone #_______________ Contact Person ____________________________ Contact Person's E-mail_______________ Submission of Quotes The deadline for Quotes for this RFQ is 2:00 PM Eastern Time (ET) July 21, 2010. Electronic versions of the quotes may be sent to janice.ogletree@usitc.gov, subject line: USITC-RFQ-10-0003. The successful vendor should plan for work to commence immediately after award. Late quotes will not be accepted or evaluated. A kickoff meeting with the successful Offeror will be held within five (5) business days of award. RFQ Questions Questions regarding this RFQ shall also be sent to the same mailbox noted above (janice.ogletree@usitc.gov). Any clarification questions should be submitted by 2:00 PM ET July 15, 2010. Answers to all written questions will be provided to all prospective Offerors. Late questions will not receive responses. Period Of Performance The period of Performance for this solicitation shall cover the installation period or (one base year) and four option year periods separately for maintenance. Total pricing shall be for the entire five-year period. The USITC will notify the vendor in writing of its intent to extend each period. ILS REPLACEMENT REQUIREMENT SECTION 1 - DESCRIPTION OF SERVICES 1. 1 Background and Mission The USITC is an independent, quasi-judicial federal agency that provides objective trade expertise to both the legislative and executive branches of government, determines the impact of imports on U.S. industries, and directs actions against certain unfair trade practices, such as patent, trademark, and copyright infringement. The Main Library (LY) presently runs a late 1990s era ILS. While it remains capable of providing basic discovery for patrons, it has several deficiencies which limit the utility of the platform for LY staff and end users. Chief of these are 1) a non-web centric operating environment; 2) an inability to work with or interoperate with other programs, systems, and services; and 3) functional limitations for both back office and end user staff. 1.2 Performance Work Statement The USITC is seeking a vendor to provide a vendor-hosted ILS in keeping with trends in cloud computing and the software-as-a-service (SaaS) business model. Within this procurement effort, the USITC will instruct any selected vendor, in accordance with their proposed solution, to perform the following tasks: (1) Provide hosted ILS platform (2) Convert existing USITC ILS data and load into hosted ILS (3) Implement requirements identified in this statement of work (SOW) (4) Perform testing to ensure requirements are met as identified by this SOW (5) Provide maintenance, support and training 1.2.1 Required Product Features Listed below in this section are the core feature requirements for the hosted ILS solution. The following list represents the basic requirements. 1.2.2 Runtime Features The ILS product must adhere to the following runtime requirements: Product Architecture - Vendor will detail the hosted ILS platform architecture, which includes access methods and security features. Hosted architecture should provide both IP authenticated and ID and password access over TCP/IP. Vendor will specify hardware used and will detail security features that include access rights security, network and software security, and back-up, storage, and recovery features. Platform - The hosted ILS will be web centric with regard to the interface both at the end user online public access catalog (OPAC) and back office modular levels. Client-level access to hosted modules, if provided, is expected to function in HTML or XML, or both, to ensure greatest capacity for inter-operability. Compatibility with Microsoft Office applications and Macromedia Adobe products is also expected. Minimum Systems Requirements - Vendor will specify client minimum systems requirements to successfully operate their proposed hosted ILS solution to its fullest and optimal capacity. 1.2.3 Configuration Features/Module Requirements The LY requires the following five (5) hosted ILS modules: circulation, cataloging, serials, report, and OPAC. Of the typical and expected-to-see features each of these modules should provide, the following are noted: Circulation Module - barcode and wand check-in/check-out, email disseminated overdue notification, multiple checkout & renewal, reserve, hold, and recall features at the item level. Cataloging Module - native, fully functional MARC 21 environment, support for ISBD punctuation, integration with cataloging products that allow download of records (including an ISO Z39.50 capability), proven interoperability with OCLC, LC ClassWeb, and Library of Congress Cataloger's Desktop. Capacity for interoperability with other web centric products (e.g., federated search). Global search and replace capability, and support for foreign language and custom cataloging optional settings. Serials Module - fully functional pattern module that allows for customization and on-the-fly adjustments to serial control and management. Optional display of summary holdings and/or detailed item level holdings in the OPAC as determined by serial check-in. Customizable claims system that is linked with report outputs including notifications to vendors. Reports Module - pre-set system, managerial and module level reports along with the capacity to design or create unique reports across any of the modules purchased. OPAC - web centric, user friendly, intuitive, flexible and efficient in presentation of search strategies and options as well as display variations (short view, long view, etc). Patrons should be able to access 'My Library' account to renew loaned items online and remotely, place holds on loaned material, or to request a recall of a loaned item. Patrons should be provided the option to customize their view of the OPAC via 'My Library' personalized settings. Patrons should be able to send messages to the LY with questions, comments, or recommendations. OPAC should have the scalability and interoperability relevant to third party applications or systems (federated search, book jackets, reviews, e-serial management systems, etc). OPAC should demonstrate capacity for certain web 2.0 features; particularly user contributed reviews and tagging. Cloud tag displays should be an optional feature. 1.2.4 Indexing Features Indexing for search, both at the end user level and at the back office level, should have the ability to perform: Boolean search, fielded search (author, corporate author, title, subject, series, call number, etc.), key word in context (KWIC), full text with proximity capability, and word stemming or wildcarding as well as exact word and phrase searches. Stop-words in index should be made customizable in that a word can be selected or de-selected relative to whether they are indexed or not at the system level. In other words LY, should have the capacity to determine which stop words will be included in an index, (e.g., 'about'). 1.2.5 Search Features See notes above under sections 1.2.3 and 1.2.4. Search interface should include simple or basic keyword search, answers advanced search that include the above capabilities (Boolean, etc.), and demonstrates a capacity to save searches and/or clear them on demand. 1.2.6 Security Features The vendor shall specify all security features of the hosted ILS solution that include network security, patron security, data security, and back office staff user security. Back-up routines and recovery should be specified as well. Vendor must comply with all specified USITC and federal data and network security requirements. 1.2.7 Other Required Features Vendor will specify how updates to software are administered. 1.2.8 Required Vendor Services Vendor will detail its SaaS model and all related support, documentation, and training provisions. 1.2.9 Support Vendor is expected to provide on-line, telephone, and e-mail/forum based support. As this is a hosted ILS solution, support expectations will be higher as they are assumed to be built into the solution. Vendor will detail its history of update routines and any downtime impact for end users (OPAC) or back office users relative to update requirements. 1.2.10 Installation Vendor will specify data load and conversion routine for start up and implementation of ILS. As this is a hosted solution, minimal to no location installation of software is anticipated. 1.2.11 Documentation The vendor shall provide and otherwise make available the corresponding and relative documentation per ILS modules acquired. 1.2.12 Training The vendor shall provide some form of training, whether it be on-site hands-on, on-line (e.g., webinar) and/or self-paced tutorials. 1.2.13 Personnel The USITC is seeking sufficient technical support personnel in order to meet the requirements set forth in this PWS that meets or exceeds the Personnel requirements set forth below. Security All vendor personnel (each individual) working on the USITC project will be subject to the information security rules of behavior and governance of its user community to include security awareness training and additional specialized training regarding contingency planning and incident response protocols. At the time of RFQ submission Offerors shall submit labor categories consistent with the requirements of this PWS and identify Key Personnel. Should there be a requirement for on-site vendor personnel, the following shall apply: Clearance All personnel (each individual) provided by the Vendor to work under this RFQ shall be U.S. citizens and shall already be cleared to work in Government facilities. Vendor personnel shall have a current security investigation equal to the level of access required to perform their duties at USITC prior to their starting date. Badges The USITC will provide identification badges for all full-time vendor employees. All Contractor personnel shall wear these badges when on duty at the Government site. Badges are required to identify the individual and must be clearly and distinctly marked as vendor and will comply with HSPD-12 requirements. Privacy Act Work on this project may require personnel to have access to private information. Vendor personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a, and applicable USITC rules and regulations. Holidays Project services will not be required on Federal Holidays or other federally mandated closures. Place and Hours of Performance USITC, is located at 500 E Street, S.W., Washington, D.C. 20436. On-site personnel will be required to work during USITC primary hours of operation between 6:30 A.M. to 6:00 P.M. Monday - Friday Travel Requirements On-site parking is not available. Travel to external sites is not required. Any travel, other than local travel, requires the prior approval of the Contracting Officer's Technical Representative (COTR). SECTION 2 - VENDOR RESPONSES Offeror Instructions and Notices: ALL OFFERORS SHALL PROVIDE RESPONSES IN THE REQUESTED FORMAT PRESENTED IN THE ATTACHED OFFEROR INSTRUCTIONS AND NOTICES. 2.1 Vendors are instructed to provide succinct responses as described below. Where expository materials are available in existing literature, inclusion of and references to that literature as supporting materials are encouraged. 2.2 Technical Proposal Vendors shall provide technical proposals that document the detailed aspects of the hosted ILS solution and substantiate the respondent's claim to meet the requirements described in Section 1. The response should also include the hardware and software specifications required to host the system, the version of software to be provided, personnel skills expected to administer the system, any additional terms, and performance specifications that will be provided and/or met. The vendor shall provide a breakout description of how the required services for support, installation, documentation and training will be provided. The proposal should include the amount of time expected to be provided for installation and training as well as job categories. SECTION 3 - PROPOSED PRICE QUOTE Commercial Items 3.1 Pricing While the proposed price quote is not the sole determining factor in evaluating responses, best value will be considered as an overall factor in evaluating the features and services to be provided. Consideration must also be given to the amount of overall funding within the agency for this procurement and may be a factor in eliminating some proposals. SECTION 4 - PAST PERFORMANCE INFORMATION Vendors are requested to provide references to other customers which have entered into a SaaS agreement using their hosted ILS solution. Highest consideration will be given to references to other Federal agencies with needs of a similar size (or larger) and scope as those required by the USITC. Any quotes from vendors that cannot provide such information will be downgraded. The vendor should provide specific information describing the hosted ILS solution from their referenced customers. The USITC may choose to directly verify any referenced installation (see attached Offeror Instructions and Notices with specific reference to Form 3B). SECTION 5 - EVALUATION CRITERIA Proposals will be evaluated on a best value basis based on the criteria listed below. Proposals will first be checked to make sure that they meet the requirements defined in Sections 1 and 2 of this document. Any proposals that do not meet these requirements presented in Offeror Instructions and Notices will be downgraded. Technical evaluation factors are significantly more important than cost or price. Past performance will also be considered as a factor so examples of past or current clients of the hosted ILS solution, especially in the Federal sector, are encouraged. Prospective vendors may be invited on-site at the USITC to further demonstrate their hosted integrated library system solution per their submitted proposal as requested by the USITC. 5.1 Vendor Responses Shall Include: •1) Stability, reliability, and security of ILS hosted solution •2) Breadth of options, scalability, and interoperability •3) Ease of migration, adoption and integration from legacy on-site ILS platform to hosted ILS solution •4) Vendor performance trends in the ILS marketplace Additional evaluation consideration will be given to: Vendor Approach -Maturity and completeness of proposed underlying technologies -Breadth of adoption for proposed technologies -Ease of integration, including but not limited to proposed API encapsulation techniques -Stability of the vendor in the marketplace Features Provided Services Provided 5.2 Features Provided Adherence to the required features as defined above in Section 1.2.2 (Runtime features), Section 1.2.3 (Configuration features / Module requirements), and Section 1.2.6 (Security Features) will be the main evaluation factors in the Technical Proposal. 5.3 Services Provided Evaluation of the proposed services will be based on the technical skills to be provided in satisfying the required services. Consideration will be given to the level of support service proposed and the features available with that level of service. SECTION 6 - GOVERNMENT FURNISHED EQUIPMENT Offeror will specify what, if any, of the hardware and/or software required for a hosted ILS shall be provided using government furnished equipment. For a hosted ILS solution, Offeror will provide all manner of requirements to enable a fully functional, secure, and fully supported, hosted ILS solution. SECTION 7 - MAINTENANCE AGREEMENT The USITC anticipates an award as a result of this solicitation. The award will also include an annual maintenance agreement. SECTION 8 - CONTACT INFORMATION The USITC will evaluate the Offeror quotes to ensure that sound approaches are proposed, and to ensure the Offerors' ability to successfully achieve the tasks listed in the PWS. Offerors' understanding of both required services and tasks, including the work effort required to produce them, and demonstrated knowledge of the PWS requirements will also be considered. The Offeror is not to simply restate the PWS, but must explain how they will meet the requirements. All interested parties must be registered in the Central Contractor Registration (CCR) at www.ccr.gov. All Offerors MUST provide, at the time the quote is submitted, a statement signed by your firm's authorizing representative, re-affirming your company's Federal Commercial Item-Offeror Representations and Certifications (see Offeror Instructions and Notices Attachment). Telephone calls will not be accepted. Questions must be submitted no later than 2:00 PM on July 15, 2010 via e-mail and answers will be posted on www. fedbizopps. gov /. It is the responsibility of the interested parties to review the referenced web link frequently for updates on this solicitation. United States International Trade Commission Integrated Library System Replacement Requirement ITC-RFQ-10-0003 Instructions and Notices to Offerors United States International Trade Commission Integrated Library System Replacement Requirement ITC-RFQ-10-0003 Instructions and Notices to Offerors THIS REQUIREMENT IS A BEST VALUE ACQUISITION, Request for Quote, Time and Materials.This solicitation is open to all Offerors. 1. Submission of Quotes The deadline for Quotes for this RFQ is 2:00 PM Eastern Time (ET) July 21, 2010. Electronic versions of the quotes may be sent to janice.ogletree@usitc.gov, subject line: ITC-RFQ-10-0003. The successful vendor should plan for work to commence immediately after award. Late quotes will not be accepted or evaluated. A kickoff meeting with the successful Offeror will be held within five (5) business days of award. 2. RFQ Questions Questions regarding this RFQ shall also be sent to the same mailbox noted above (janice.ogletree@usitc.gov). Any clarification questions should be submitted by 2:00 PM (ET) July 15, 2010. Answers to all written questions will be provided to all prospective vendors. Late questions will not receive responses. In posing questions, Offerors must cite the relevant section, paragraph, and page number. Questions should be written in a way that enables clear understanding of the Offeror's issues or concerns. Statements expressing opinions, sentiments, or conjectures are not considered valid inquiries and will not receive a response. Offerors are reminded that the Contract Specialist will not address hypothetical questions aimed at receiving a potential "evaluation decision." Written answers will be provided to all prospective Offerors, giving due regard to the proper protection of proprietary information. 3. Subcontracting The Schedule contractor, and not its subcontractors, has privacy of contract with the Government. The Schedule contractor is responsible for its subcontracting activities and can delegate responsibility for performance. Schedule contractors are limited to the supplies and services awarded under its and its teaming partner's, GSA Schedule contract. If a Schedule contractor plans to utilize a subcontractor to perform the services, clearly describe in the requested format the subcontractor's past performance experience and technical capabilities that enable the subcontractor to provide the services proposed. 4. Evaluation Criteria Proposals will be evaluated on a best value basis based on the criteria listed below. Proposals will first be checked to make sure that they meet the requirements defined in Sections 1 and 2 of the PWS. Any proposals that do not meet the requirements presented in the PWS and Offeror Instructions and Notices, will be downgraded. Technical evaluation factors are significantly more important than cost or price. Past performance will also be considered as a factor so examples of past or current clients of the hosted ILS solution, especially in the Federal sector, are encouraged. Prospective vendors may be invited on-site at the ITC to further demonstrate their hosted integrated library system solution per their submitted proposal as requested by the ITC. 4.1 Vendor Response Shall Include: Stability, reliability, and security of ILS hosted solution Breadth of options, scalability, and interoperability Ease of migration, adoption and integration from legacy on-site ILS platform to hosted ILS solution Vendor performance trends in the ILS marketplace Additional evaluation consideration will be given to: Vendor Approach -Maturity and completeness of proposed underlying technologies -Breadth of adoption for proposed technologies -Ease of integration, including but not limited to proposed API encapsulation techniques -Stability of the vendor in the marketplace Features Provided Services Provided 4.2 Features Provided Adherence to the required features as defined above in Section 1.2.2 (Runtime features), Section 1.2.3 (Configuration features / Module requirements), and Section 1.2.6 (Security features) will be the main evaluation factors in the Technical Proposal. 4.3 Services Provided Evaluation of the proposed services will be based on the technical skills presented in satisfying the required services. Consideration will be given to the level of support service proposed and the features available with that level of service. Prospective vendors may be invited on-site at the ITC to further demonstrate their hosted integrated library system solution per their submitted proposal as requested by the ITC. 4.4 A complete quote shall consist of: 1.) A cover page (see PWS requested format page 1); 2.) All Past Performance documents (Form 3B) information will be submitted from the reference contact persons directly to the USITC Contract Specialist, 3.) Technical Section, 4.) A Price Section, and 5.) A statement signed by your company's authorizing representative, re-affirming your company's Federal Commercial Item-Offeror Representations and Certifications. All quotes shall clearly demonstrate your firm's understanding of both general and specific requirements, as well as convey its capability of transforming its understanding of the requirement into successful performance under this award. 4.5 All quotes shall be handled in accordance with Federal Acquisition Regulation (FAR) 3.104. At a Glance Table 1 FACTOR Title Number Of Copies Page and other limitations 1 Past Performance Experience Past Performance Form 3B responses will not be considered if submitted to the Contract Specialist by the Offeror Vendor performance trends in the ILS marketplace Original and 1 Copy of FORM Form 3B Work performed by the Contractor(s) being put forth must be within the past 3 years (at least 6 months of completed performance). Past Performance references shall be submitted in the required format. There is no maximum number of references for this part of the Past Performance submission. (Not included in 15 page limit) 2 Technical Stability, Relaibility and Security of ILS hosted solution. Breadth of options, scalability and interoperability. Ease of migration, adoption and integration from legacy on-site ILS platform to hosted ILS solution. Original and 1 Copy Maximum of 15 pages. (resume(s) are not included in the 15 page limitation) 3 PRICE Original and 1 Copy Not included in 15 page limit. 4.6 All Past Performance Information under Factor 1, All Technical Information under Factor 2, and All Price Information under Factor 3. Quotes may be submitted via hard copy or electronically to: janice.ogletree@usitc.gov. 4.6.1 Factor 1 - Past Performance Information All prospective Offerors must provide Past Performance information on Attachment 3B. The Offeror shall fill out Blocks 1 through 7 of Attachment 3B. Blocks 8 through 12 are to be filled out by your reference contact person. A cover "Memorandum for Past Performance Information Reference" has been provided for your convenience. The Memorandum can be found as part of Attachment Form 3B. Please use the Memorandum to request your firm's past performance information from your past performance contact person. Offerors shall distribute the Past Performance Questionnaire (Attachment 3B) with cover Memorandum to the contacts you identify. The contacts provided shall complete and deliver the questionnaire to the Contract Specialist identified on the questionnaire no later than the due date of at 2:00 PM June 24, 2010 ET. It is your responsibility to check with your past performance references regarding a timely reference submission. Past Performance Form 3B responses will NOT be considered if submitted to the Contract Specialist by the Offeror. Your reference contact person will provide frank, concise comments regarding your performance on the contracts you identify. Past performance information shall be for references that you consider most recent and relevant in demonstrating your ability to perform the proposed effort. Include the type of procurement and background information. Each contact listed shall be considered separate and apart for purposes of this evaluation. Each Past Performance Form 3B shall contain one contract citation. Offerors are cautioned that the Government will use data provided by each offeror in this section and data obtained from other sources in the evaluation of past performance. Recency, Relevancy, and Quality: The Government may look at recency, relevancy, and the quality of the Offeror's performance history on the Past Performance Information submitted. Recency as it applies to this solicitation is defined as on-going contracts/sub-contracts. All contract/sub-contract references provided shall be completed within the last three years from the date of the issuance of this solicitation. Relevancy for this solicitation is on-going for performance work history items that are the same or similar in nature, complexity, and magnitude to the PWS. Evaluators will determine quality and relevancy for information submitted in this section. 4.6.2 Factor 2 Technical Section (Page limit is 15 pages) In response to this RFQ, vendors shall prepare and deliver a Technical Section in which it provides a full explanation of: Stability, Relaibility and Security of ILS hosted solution Plan Breadth of options, scalability and interoperability Ease of migration, adoption and integration from legacy on-site ILS platform to hosted ILS solution. Additional evaluation consideration will be given to: Vendor Approach -Maturity and completeness of proposed underlying technologies -Breadth of adoption for proposed technologies -Ease of integration, including but not limited to proposed API encapsulation techniques -Stability of the vendor in the marketplace Features Provided Services Provided At the time quotes are submitted, the Offeror shall provide a resume for each individual it anticipates will perform work under this solicitation. Please be sure that your RFQ response includes all of the requirements set forth under Personnel Section 1.2.13 of the PWS. The Commission retains the right to review and approve each proposed resume. Resumes should not exceed three (3) pages in length for each staff member. Resumes should include education, certifications, professional licenses, professional affiliations, relevant past experience, and proposed position on the team. Qualifications of contractor personnel will be considered in selecting a vendor. Resumes will not be included in the 15 page limit for this solicitation response. If the Technical Section exceeds the page limitation set forth, the excess text may NOT be evaluated. No person or other entity may disclose Offeror's quote information or source selection information to any person other than a person authorized, in accordance with applicable activity regulations or procedures, by activity head or the Contract Specialist to receive such information. The quote shall be legible, single-spaced, and typewritten (single-sided or double sided) in a Times New Roman, 12-point type-size font, on 8 ½ x 11 inch paper. The pages of the technical and price quote section shall be separately numbered in Arabic numerals. 4.6.3 Factor 3 Price Proposal Be explicit and fully explain the pricing proposed. Submit a full breakout of the costs that comprise the Time and Material total price (e.g., labor categories, hourly rates, subcontractor costs, etc.). Crosswalk the costs back to your Schedule contract so that an appropriate determination can be made. The price proposal shall include both a total price and a breakdown of each element of the price. Annotate any requirement with either: a price, (describe which element it is included with), or no charge (used for any amenity offered by the Offeror). Ensure all requirements of this solicitation are addressed with a price notation. While the proposed price quote is not the sole determining factor in evaluating responses, best value will be considered as an overall factor in evaluating the features and services to be provided. Consideration must also be given to the amount of overall funding within the agency for this procurement and may be a factor in eliminating some proposals. Period Of Performance The period of Performance for this solicitation shall cover the installation period or one base year and four option year periods separately for maintenance. Total pricing shall be for the entire five-year period. The USITC will notify the vendor in writing of its intent to extend each period. 5. Travel Travel is not expected, however, if necessary, travel costs incurred for transportation and per diem (lodging, meals and incidental expenses) shall be billed in accordance with FAR 31.205-46, Travel Costs, and the contractor's cost accounting system. These costs will be directly reimbursable by USITC, subject to the limits stated above and those contained in the underlying GSA Schedule. 6. Evaluation Criteria and Selection Process Evaluations will be conducted in accordance with FAR 8.405-2. Award will be made to the contractor whose quote represents the best value to the Government. ●The Government shall evaluate quotes for cost realism and price reasonableness, and whether its technical submission demonstrates an understanding of both the general and the specific requirements. 7. Trade-off USITC will determine best value to the Government based on evaluation of price with non-price factors considered. However, the Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capabilities. The Government may be required to make tradeoffs when no contractor clearly provides the best value to the Government on all the evaluation factors, but one is better in some area and another is better in others. The Contracting Specialist will compare the quality of non-price factors among the competing quotes and determine whether the benefits associated with certain non-price factors warrant the difference in price. The Contract Specialist has broad discretion in determining the manner and extent of the technical and price evaluations. The Contract Specialist will examine data supporting the decision to ensure that the evaluation was reasonable and consistent with the stated evaluation criteria. 8. Method of Award The government intends to make an award to meet its needs consistent with the requirements outlined in this RFQ. The award will be made to the Offeror whose quote is determined to be the most advantageous to the Government based on the evaluation factors and assessment described herein. Each quote should be submitted with the most favorable pricing and technical terms the contractor can provide to the Government. The Contracting Officer intends to: Make the award based on initial quotes. A vendor taking exception to any terms and conditions may be removed from consideration. Make the award without discussions. However, the Contract Specialist reserves the right to hold discussions if necessary. If discussions are conducted, they will occur at the time and place designated by the Contract Specialist Make the award to the Offeror that represents the best value to the Government by furnishing notice of the award to the successful Offeror. The award shall incorporate the successful Offeror's technical proposal, awarded pricing, and any applicable attachments (funding documents, delivery schedule, Quality Assurance Plan, guidance, pictures, etc.). 9. All interested parties must be registered in the Central Contractor Registration (CCR) at www.ccr.gov. All Offerors MUST provide, at the time the quote is submitted, a statement signed by your firm's authorizing representative, re-affirming your company's Federal Commercial Item-Offeror Representations and Certifications (see Offeror Instructions and Notices Attachment). Telephone calls will not be accepted. Questions must be submitted no later than 2:00 PM ET on July 15, 2010 via e-mail and answers will be posted on www. fedbizopps. gov /. It is the responsibility of the interested parties to review the referenced web link frequently for updates on this solicitation. UNITED STATES INTERNATIONAL TRADE COMMISSION WASHINGTON, DC 20436 July 9, 2010 ATTACHMENT 3B MEMORANDUM FOR PAST PERFORMANCE INFORMATION REFERENCE FROM: US International Trade Commission 500 E Street SW Washington DC 20436 SUBJECT: Request for Past Performance Evaluation You have been identified as a point of contact for a past performance evaluation of the firm listed on the attached questionnaire. This firm is currently being considered for a contract with the United States International Trade Commission. Please provide past performance information regarding the subject contractor by completing the attached questionnaire and returning it either via E-mail to janice.ogletree@usitc.gov or facsimile to Ms. Janice Ogletree at (202) 205-2337 no later than July 15, 2010 at 2:00 PM Eastern Time (ET). If you have any questions concerning this request, you may contact Ms. Janice Ogletree (202) 205-1838. Stephen McLaughlin Office of Procurement THIS INFORMATION ON THIS FORM IS SOURCE SELECTION SENSITIVE INFORMATION (41 U.S.C. 423) AND SHALL BE PROTECTED ACCORDINGLY Integrated Library System Replacement Requirement ITC-RFQ-10-0003 ATTACHMENT 3B PAST PERFORMANCE QUESTIONNAIRE INFORMATION THIS FORM MAY BE SUBMITTED ELECTRONICALLY Attachment: Past Performance Information Questionnaire ITC-RFQ-10-0003 Integrated Library System Replacement Requirement ATTACHMENT 3B PAST PERFORMANCE QUESTIONNAIRE Please provide the attached Past Performance Letter and Form to your firm's past performance references. Request that they provide our office with knowledge of your past performance regarding the information listed below. Ask them to complete this questionnaire and send via facsimile (FAX) to the address below: Past Performance Representative, your assistance is requested in support of a source selection. Complete the questionnaire below and send via e-mail or facsimile (FAX) to the following address: US International Trade Commission Attn: Janice Ogletree e-mail: janice.ogletree@usitc.gov FAX Number: 202-205-3437 BLOCKS 1 THROUGH 7 TO BE COMPLETED BY THE OFFEROR 1. OFFEROR NAME, ADDRESS & TELEPHONE NUMBER 2. CONTRACT NO./TASK ORDER TITLE: 3. CONTRACT/TASK ORDER START DATE: 4. PERIOD OF PERFORMANCE/COMPLETION DATE: 5. TOTAL BILLING AMOUNT FOR CONTRACT: 6. TYPE OF PROCUREMENT AND BACKGROUND INFORMATION: BLOCKS 8 THROUGH 10 TO BE COMPLETED BY EVALUATION ORGANIZATION REPRESENTATIVE 7. NAME OF EVALUATING AGENCY OR ORGANIZATION: ________________________________________________________________ 8. EVALUATOR'S NAME AND TITLE:____________________________________________________________________________________ ______________________________________________________________________________________________________________________ 9. EVALUATOR'S PHONE NUMBER: ____________________________________E-MAIL ADDRESS________________________________ 10. MONTHS CONTRACTOR PERFORMANCE MONITORED BY EVALUATOR: _______________________________________________ 10a. RATINGS: Please circle the response code that best reflects your evaluation of the contractor's performance. EX = EXCELLENT - Performance meets contractual requirements and exceeds many to the government's benefit. The contractual performance of the element being assessed was accomplished with few minor problems for which corrective actions taken by the contractor were highly effective. VG = VERY GOOD - Performance meets contractual requirements and exceeds some to the government's benefit. The contractual performance of the element being assessed was accomplished with some minor problems for which corrective actions taken by the contractor were effective. SA = SATISFACTORY - Performance meets contractual requirements. The contractual performance of the element contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. MA = MARGINAL - Performance does not meet some contractual requirements. The contractual performance of the element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions. The contractor's proposed actions appear only marginally effective or were not fully implemented. US = UNSATISFACTORY - Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element contains serious problem(s) for which the contractor's corrective actions appear or were ineffective. N/R = NOT RATED - Contract does not/did not require performance of this element. A-1. Ability to manage multiple tasks. EX VG SA MA US N/R A-2. Ability to effectively communicate with agency staff. EX VG SA MA US N/R A-3. Ability to effectively provide technical support as required.. EX VG SA MA US N/R A-4. Ability to meet deadlines in regards to performance, reporting, and task requirements.. EX VG SA MA US N/R A-5. Ability to respond to technical support requests in a timely and professional manner. EX VG SA MA US N/R A-6 Would you hire this contractor again YES *NO 11. Overall Assessment: EX VG SA MA US N/R 11a. Describe particular aspects of the work performed that led you to your overall assessment: 11b. Were they easy to work with and responsive to your needs? 12. Any unsatisfactory performance noted above has been shared with the contractor : ( ) Yes [written ( ) or oral ( )?] ( ) No PLEASE PROVIDE COMMENTS TO IDENTIFY: a. Specific Strengths/Weaknesses. b. Two or Three Best Corporate "Traits" or Skills Observed. •c. Any Areas of Improvement that is most "Troublesome." •d. Any Area with an Asterisk (*) United States International Trade Commission 500 E Street SW Washington, DC 20436 Integrated Library System Replacement Requirement ITC-RFQ-10-0003 OFFEROR REPRESENTATIONS AND CERTIFICATIONS RE-AFFIRMATION ____________ ________ has fulfilled its provisional responsibility by Company Name completing the annual Representations and Certifications electronically with the On Line Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. The Offeror has reviewed the ORCA information in preparation for submission of this requirement. The Offeror verified by submission of this offer that the Representations and Certifications currently posted electronically at FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, have been entered or updated and are current, accurate, complete and applicable to this solicitation with no material violations and is in good standing. The updated Offeror Representations and Certifications include the business size standard applicable to the NAICS code referenced for this solicitation and as of this date the Offeror is incorporating by reference (see FAR 4.1201) their Representations and Certifications. ____________________________________ _____________________________ Signature of Authorized Representative Date ____________________________________ Typed Name and Title
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USITC/ITCOFM/ITCOFMP/ITC-10-0003/listing.html)
 
Place of Performance
Address: United States International Trade Commission, 500 E Street SW, Washington, District of Columbia, 20436, United States
Zip Code: 20436
 
Record
SN02201725-W 20100711/100709235658-b93cc7620118f74bb1b2aad42b38720d (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.