SOLICITATION NOTICE
D -- Financial Management Integrated System (FMIS) - RFP RRB12R004 SF 1449
- Notice Date
- 5/31/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Railroad Retirement Board, Acquisition Management Division, OA, Procurement Section, 844 North Rush Street, 9th Floor NE, Chicago, Illinois, 60611-2092
- ZIP Code
- 60611-2092
- Solicitation Number
- RRB12R004
- Point of Contact
- Elizabeth A Kelly, Phone: 312-751-3350, Paul T. Ahern, Phone: (312) 751-7130
- E-Mail Address
-
elizabeth.kelly@rrb.gov, paul.ahern@rrb.gov
(elizabeth.kelly@rrb.gov, paul.ahern@rrb.gov)
- Small Business Set-Aside
- N/A
- Description
- RRB12R004 Attachment 2: Quality Assurance Surveillance Plan RRB12R004 Attachment 1: FMIS Requirements document RRB12R004 Exhibit 1: Medical Exam and Consultative Opinions RRB12R004 Attachment 9: Certification of EIT Accessibility RRB12R004 Attachment 8: Notification of PIV Requirements RRB12R004 Attachment 7: Due Diligence Checklist RRB12R004 Attachment 6: RRB Financial System Cost Estimate Worksheet RRB12R004 Attachment 5: Past Performance Questionnaire RRB12R004 Attachment 4: Contractor Past Peformance References RRB12R004 Attachment 3: Contractor Past Performance History This is the complete RFP RRB12R004 document in Word. Offerors must submit one signed copy of this Standard Form 1449 with their proposal submission to the RRB. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subject 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Proposals (RFP)RRB12R004.The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular Number 2005-58. This solicitation is not a small business set-aside. The U.S. Railroad Retirement Board (RRB) is issuing this RFP for the acquisition of an integrated financial system using a software as a service model, inclusive of but not limited to: implementation, migration, conversion and integration services; hosting and application management services; program management services, and operation and maintenance support services. 1.0 Overview. 1.1 Agency Information - The U.S. Railroad Retirement Board (RRB) is an independent Federal agency that administers a retirement and survivor benefits program for railroad employees and their families. The RRB was established by the Railroad Retirement Acts of 1937 and 1974. Its benefits program was the forerunner of the more familiar Social Security System. The Railroad Retirement System is unique inasmuch as it is the only federally administered benefits program covering a single private industry. The RRB also administers the Railroad Unemployment Insurance Act, which provides unemployment and sickness benefits to railroad employees. The RRB's headquarters is located in Chicago, Illinois and has 52 local and field offices around the United States. 1.2 Performance-based Service Contracting Solicitation/Contract - This solicitation has been developed in response to the Office of Federal Procurement Policy (OFPP) policy to increase the use of performance-based contracting methods in the acquisition of services. Performance-based contracting aims to improve the value of contracting services by emphasizing objective, measurable mission-related outputs rather than how the work is performed or broad and imprecise statement of work. It requires objective, measurable performance requirements and quality standards in developing statements of work, selecting contractors, determining contract type and incentives, and performing contract administration. 1.3. Project Information - The RRB is seeking proposals from private and public sector offerors for the acquisition of an integrated financial system using a software as a service model, inclusive of but not limited to: implementation, migration, conversion and integration services; hosting and application management services; program management services, and operation and maintenance support services. The RRB intends to award on a best value basis an Indefinite Delivery Indefinite Quantity (IDIQ) contract which the RRB will later issue fixed price and time and material delivery task orders against. 1.4 Post Award Conference - In order to codify any procedural issues and implement contract performance start up, a post award conference will be held at the RRB Headquarters Facility, 844 North Rush Street, Chicago, Illinois, 60611-2092 or via a conference call. The contractor must attend this conference and be prepared to discuss startup. The contractor will be responsible for all costs related to attending this conference. It is anticipated that this conference will be held within 5 workdays after contract award.1.5 CONTRACTOR INFORMATION FOR ORDER ADMINISTRATION. (See attached RFP RRB12R004 Word Document). 2.0 Price Schedule. Offerors shall complete the Cost Estimate Worksheet, Attachment 6, and submit to the RRB with their Business Proposal only. Offerors are advised that cost proposals are required for all mandatory and optional CLINS. 2.1 Other Direct Costs. After issuance of a task order against the base IDIQ Contract/Agreement, the Shared Service Provider (SSP)/Contractor shall be reimbursed for actual costs incurred, such as travel, communications, or other relevant costs, to perform the specific tasks as stated in the task order(s). The Contractor shall provide detailed invoices per section 4.17 of the solicitation which shall include at a minimum the date services were provided, detailed description of the service provided, hours of services if applicable, labor categories and associated labor hourly rates, etc. Travel costs for time and materials tasks incurred by the contractor in performance of the services as stated in task order(s) shall be submitted to the RRB Contracting Officer (CO) for approval and review, prior to submitting an invoice to the RRB for reimbursement. Travel costs if approved by the RRB shall be reimbursed according to the applicable current Federal Per Diem rates at the time the travel occurred. Please note that other direct costs (ODCs) for fixed price tasks should be included in the offerors' fully costed rate. 3.0 Statement of Work. 3.1 Project Title. This solicitation is to obtain services to support the implementation of a commercial off-the-shelf (COTS) Core Federal Financial management system and interfaces from a shared service provider's hosted environment for the RRB using a software as a service model. The RRB seeks to establish a contract that will provide a range of support for implementing and maintaining the financial management system. This initiative will be conducted in compliance with all applicable Federal financial systems regulations and guidance. Specific guidance is listed in Appendix A for further reference. The Financial Management Integrated System (FMIS) migration is led by the Bureau of Fiscal Operations (BFO) with support from Acquisitions Management (AM), and the Chief Information Officer (CIO). 3.2 Background. 3.2.1. General Information. The RRB has operated a mainframe-based integrated core financial management system since October 1985. The original system (the Administrative Management Information System or AMIS) was developed by American Management Systems, Inc. (AMS) under contract with the RRB. In October 1988, RRB upgraded to the AMS's Federal Financial System (FFS). The last and final major upgrade to FFS was made available in 1999 to make the system year 2000 compliant. The RRB continues to operate FFS under a maintenance agreement with CGI (formerly AMS); however, the system is no longer compliant under OMB Circular A-127 based on the following high level indicators: • Ability to produce financial statements and other required financial and budget reports using information generated by the financial management system; • Preparation of reliable and timely financial information for managing current operations; • Ability to account for assets reliably, so that they can be properly protected from loss, misappropriation, or destruction; and • Adhere to Federal accounting standards and the U.S. Standard General Ledger (USSGL). As a result, the RRB recognizes that the system is nearing the end of its life cycle. With the implementation and migration to a new core financial system, the RRB will become substantially compliant with the Guidance from the Office of Management and Budget's (OMB) Circular A-127 which mandates the use of a core financial management system by a shared service or commercial provider. Further the shared service or commercial provider will have responsibility for technology hosting, as well as administration and application management from their data center. 3.2.2 Current Environment. The following describes the current RRB financial management configuration. • The core FFS system consists of budget execution, purchasing, accounts payable, automated disbursement and general ledger components. • Other components supplied by the system and in use include inventory (supplies) control and budget formulation. The budget formulation functionality is used by designated users to develop budgets, and by budget users to review, update and approve budget submissions. The system has business rules that enable users to determine workload costs and FTE usage attributable to the agency's strategic goals. • A separate fixed assets system (Wisetrack) is used to maintain detailed records for capitalized and accountable assets. Transactions from Wisetrack are manually recorded into FFS. • A separate system is maintained for Cost Accounting functionality using data files from the FFS core system (non-labor) and the Payroll system (labor). • The general ledger component supports the preparation of the quarterly financial statements and SF-133 report on budget execution and budgetary resources and the annual Performance and Accountability Report. • Debt collection is managed through the Programs Accounts Receivable (PAR) system which produces files that are manually input into the FFS general ledger through a monthly bulk transaction. Over 25,000 new debts are established annually and collection activities from program annuitants are recorded in the PAR system. PAR receives and distributes debt and collection activities from multiple internal programs at the RRB. The PAR system is a RRB enhanced version of the FFS Accounts Receivable package modified to improve debt collection functionality and reporting. It is operated as a standalone system from the Core FFS system and maintains its own general ledger. The RRB would like to include this functionality into the new system's AR module at a later date. See Optional Functionalities in Section 3.6. • Automated interfaces link the payroll and electronic travel systems to the financial system. The RRB is a client for the providers of these services which were mandated by previous eGov initiatives. The FFS system accepts financial data via secure data communication links from these two providers for accounting and disbursement purposes. The RRB will keep payroll services through GSA while considering e-travel services as an optional service in this request for proposals. • Additional functionality has been added to the procurement component of the financial system to support the requirements of the RRB disability program function to automatically order, approve and pay for contractor supplied medical examinations and consulting opinions. To accommodate this process, the RRB added 2 additional transactions by ‘cloning' the commodity purchase order screens and processors. Several non-edited fields and the purchasing text table are used to hold specific data needed by the vendor (i.e., names, address, phone, complaint, urgency of request). A keystroke emulator allows infrequent users to correctly enter the detailed information required. Line number is used to indicate which exams need to be performed (an RRB table with line/exam number and current contract cost is used to default amounts and updated at the beginning of each contract year), accounting data is defaulted using an FFS table and vendor is defaulted by transaction type. Authorized RRB staff can enter an obligation for medical exams (approximately 250 employees) or consulting opinions (approximately 10 employees) into the system. After exam results or consulting opinions are accepted, RRB staff enters receiver documents (2 additional receiver transactions were added specific to each vendor). A batch process creates payment vouchers nightly from these accepted receiver transactions. A comma delimited (CSV) file of detailed information is created for each obligation type nightly and downloaded by the vendors from a secure server. • RRB does not have an automated contracting system to process requirements, to develop solicitations, to maintain Federal Procurement Regulations or to produce SF-1449s, SF30s, and other relevant acquisition documents for contracts. • Administrative staff in the various RRB organizations have access to prepare budgets, submit purchase requisitions, and review other financial information pertaining to their organizations. Other financial transactions, including budget reprogramming, journal vouchers, payment vouchers and purchase orders, are prepared by specially trained staff in the Office of the Chief Financial Officer and contract specialist staff in the RRB's procurement organization. • System data is routinely transferred to a local area network (LAN) environment for processing by other software applications (spreadsheets and databases) to support the organization's data reporting and analysis requirements. • A system administrator at RRB oversees maintenance and enhancements to the system in addition to establishing security access and monitoring both scheduled and unscheduled processing and reporting. The RRB will, however, comply with the security access procedures of its successful offeror but expects oversight on the level of access its staff has to the system. • Current environments include production and test. • Production environment consists of current and previous five (5) years' production data, including both open and closed transactions. • The data for both the production and test environments for FFS is contained on less than two IBM 3390-9 direct access storage devices. • The RRB staff totals 953 with 415 system users. The RRB operates from 56 locations which includes its headquarters (Chicago, IL), the Office of Legislative Affairs (Washington, DC), the Office of the Inspector General (Philadelphia, PA), and 53 field offices. See Appendix B for the FFS Environment Profile. 3.3 Goals and Objectives. The primary goal of the RRB is to procure a fully integrated and automated financial management system that focuses on the agency's mission and accountability from a service provider. The system must (1) achieve compliance with RRB applicable laws, regulations, standards, and requirements as provided in Appendix A; (2) improve and facilitate user access to financial information through online inquiries and reporting tools; (3) reduce redundancy in data entry, storage, and processing; (4) improve security, control and disaster recovery capability; and (5) reduce manual intensive business processes. The implemented system should be a hybrid that facilitates transaction processing to supplement the workload of existing staff with detailed analysis while supporting continuous improvements in operational efficiencies. 3.4 Future State System. The RRB intends to procure and implement a COTS federal financial management system with key interfaces in a hosted shared service environment. The system shall be compliant with requirements in OMB Circular A-127 for Federal financial management systems, and compliant with the Federal Financial Management System Requirements (FFMSR) developed by the former Financial Systems Integration Office (FSIO) and the former Joint Financial Management Improvement Program (JFMIP). In addition, the service provider shall comply with A-127 requirements for service providers, including meeting requirements for the Federal Information Security Management Act of 2002 (FISMA), Section 508 of the Rehabilitation Act, the Federal Financial Management Improvement Act of 1996; meeting the requirements of the Financial Management Due Diligence Checklist, and provide a Statement on Standards for Attestation Engagements (SSAE) 16 audit report annually to its customers. The RRB is prepared to modify their processes in order to mirror the financial industry best practices and maximize the greatest benefit of the system. While some configuration may be necessary in order to accommodate unique RRB requirements, customization of the system will not be considered. The selected solution will include functionality for budget formulation and execution, procurement, payment management and disbursement, accounts receivable, general ledger posting and maintenance, closing and clearing and report preparation. The system shall also include interfaces for payroll and e-travel. Special attention should be given to the medical exam and medical consulting opinion obligation and payment functionality. The RRB is interested in implementing integrated functionality for fixed assets, railroad employer accounts receivable, e-travel and debt collection. While these modules are desired, they will be considered as optional software services and be evaluated to determine the best approach for the RRB. The RRB is interested in optional hosted services as described in section 3.11 below and should be described and incorporated as optional hosting services. The chart below provides the RRB future state vision (See attached RFP RRB12R004 Word document). The mandatory components for the shared service solution are listed below by business area:3.5 Mandatory Functionalities. 3.5.1 Budget Formulation and Execution. The service provider will include a module for budget formulation that allows for the application, update, and maintenance of one or more versions of budget plans, guidance, ground rules or assumptions and uses the assumptions to develop budgetary alternatives for decision making purposes. The budget execution module shall allow for the initiation, monitoring and analysis of the agency's budget, including ability to load appropriations and allotments, provide status of funds reports and automatic funds control. Ideally, the system will provide the ability to spread targets across the budget lines and accept an uploaded file from the payroll system for real time, transaction driven FTE analysis. The RRB seeks better tracking of cost savings and efficiencies as well as reporting capabilities that allow for extraction of data for purposes of compiling reports such as budget object classification (BOC) code variances, fixed versus variable costs, work years in personnel costs, and international costs of overseas transactions. 3.5.2 General Ledger. The RRB requires that the system provides a General Ledger that will facilitate accurate and timely posting of transactions, provides integrated functionality with subledgers, and provides robust reporting capabilities. The system shall have the capability to provide the SF 133, SF 224, standard financial statements, other agency specific reports, in addition to other OMB and Treasury required reports and data extracts. The current system accounting structure includes Fund, Budget, Fiscal Year, USSGL, Organization, and a shared field for Budget Object Code or Revenue Source. If the offeror's solution requires additional elements they will need to be built out during the implementation. In addition, the service provider shall provide functionality that will meet Government-wide Accounting (GWA) requirements by the Treasury cutover date. Multiple general and trust funds, see appendix E, accounts are currently maintained by RRB staff and included in bulk file and financial statement reporting. 3.5.3 Medical Exams and Consulting Opinions. As part of its mission to provide stewardship and administer the retirement and survivor benefit program for railroad employees and their families, the RRB handles disability claims. To review these claims, the agency has claimants undergo medical exams to determine whether the extent of their impairments qualify for disability. The RRB has a vendor that selects doctors and schedules the exams and a separate vendor that refers complex cases to medical consultants for their opinions. The current system provides requisitioners limited inputs in order to facilitate the ordering and receiving of exams and opinions. The configuration of those screens and data required are presented in Exhibit 1. As part of the new system, the RRB will need to track the time between placement of the order, receipt at the agency and acceptance of exam results. Reports of timeliness of each exam, counts of open/closed by month and contract year, reason for any late results or acceptance of results are required by the RRB. 3.5.4 Procurement. The system shall provide tools to facilitate acquisition and contract administration and meet the requirements of the Federal Acquisition Regulations (FAR) as well as RRB's requirements. Specifically, it shall include functionality for Requirements Definition, Acquisition Planning, Synopsis & Solicitation, Screening & Evaluation, Awards, Contract Administration, and Contract Closeout. In addition, it shall include a database of the current FAR clauses. The system shall also interface with Federal Procurement Data System-Next Generation (FPDS-NG). 3.5.5 Accounts Payable. The system shall provide standard federal accounts payable functionality, including functionality for Treasury initiatives such as the Payment Application Modernization within Treasury cutover requirements. In addition, the system will allow the RRB the ability to receive invoices electronically and provide invoice approval routing for invoices received either electronically or entered manually. 3.5.6 Accounts Receivable. The system shall provide standard Federal accounts receivable functionality, consistent with requirements in the FFMSR. The system will be used to process administrative Accounts Receivable upon implementation. The system should be scalable and able to accommodate the debt collection requirements post implementation of the core system, for the migration of data from the existing PAR system.3.5.7 Reporting. The system shall provide various types of reporting tools, including COTS standard parameter based reports and business intelligence/reporting tools to support RRB specific parameter based reports and ad-hoc reporting capabilities. The business intelligence/reporting tool shall have the ability to produce reports containing data from any system module supported by the service provider, as well as some RRB hosted systems. The contractor shall provide the ability for the RRB to perform custom report development both during and post migration to the new system and maintain a separate data warehouse for reporting purposes. A list of RRB required reports is included in Appendix C. 3.5.8 General Requirements. FMIS will allow the RRB to comply with Government-Wide Accounting initiatives by demonstrating the following capabilities: • Provide a Core Financial management system that is compliant with Federal Financial System requirements; • Comply with all applicable requirements, such as privacy, security, compliance with section 508 of the Rehabilitation Act, continuity of operations, critical infrastructure protection, disaster recovery, service level agreements (SLAs), and help desk services; • Comply with Treasury Payment Initiatives and Common Government-wide Account Classification (CGAC) Structure; • Integrate with Standard Federal Interfaces such as, Treasury Secure Payment System (SPS) and Governmentwide Treasury Account Symbol Adjusted Trial Balance (GTAS), e-Travel systems as per the GSA E2 Master Travel Contract, Central Contractor Registration (CCR) and System for Award Management (SAM) upon its implementation, GSA Payroll, FPDS-NG; • Comply with Shared Service Provider Requirements for hosting and ongoing maintenance and support; • Integrate with third-party software and RRB Mission Systems; • Comply with RRB-specific requirements for the COTS shared services solution; • Comply with federal and RRB specific system and security requirements. Additionally, the contractor must describe how data is updated and maintained, specifically identifying the responsibilities of the vendor and RRB for maintaining and updating vendor files, system access, chart of accounts, and all other data that would be referenced and used by the RRB. The offeror shall also describe the method for transitioning data back in house or to another provider, on demand or in the case of contract termination for any reason. 3.6 Optional Functionalities. 3.6.1 Fixed Assets. The solution shall maintain physical accountability over personal property and equipment acquired separately but consolidated to represent one item, or items purchased in bulk, whose acquisition or fair market values meet RRB capitalization thresholds. Additionally, controlled personal property and equipment that is expensed when acquired will need to be recorded and maintained for accountability and management. The system must maintain information on property from the time the RRB takes title to or possession of property through disposal and maintain a complete history of modifications and improvements. The current system houses close to 115 depreciable and 6,300 non-depreciable items valued at nearly $2.5 million and $670,000, respectively. 3.6.2 eGov Travel. The RRB currently contracts the following travel services: • eGov Travel Services (eTS) Reservation and Fulfillment Services • eTS Authorization and Voucher Services • Paper Ticket Issuance and Delivery • Standard Implementation Services; Service Level A, per the GSA Master Contract • Receipt Imaging • Supplemental Customer Support Services, per the GSA Master Contract • Supplemental Training Services, per the GSA Master Contract • Custom Report Development The vendor shall provide travel services as provided in the U.S. General Services Administration E2 travel Master Contract requirements.3.6.3 Employer Contribution Receivable. The RRB monitors payments from the railroad companies to the benefit trusts and reconciles the money paid quarterly. In the event of under payment by the railroads to the trust funds, the RRB records an employer receivable and initiates collection proceedings. The system shall provide accounts receivable functionality for managing employer receivables consistent with requirements in the FFMSR and identified by individual railroad companies. 3.6.4 Debt Collection. Debt is created when a benefit has been overpaid. Overpayments result from a recalculation, the death of an annuitant, employer settlements that overlap receipt of sickness benefits, as well as an increase in the amount of Social Security an annuitant receives which requires a decrease in the annuity payment. The debt may be the responsibility of the former railroad employee or their beneficiary. The RRB is responsible for managing money due to the RRB for benefits paid in excess of the amount due to a recipient. The system shall provide debt collection functionality for recording, collecting and adjusting debts related to the overpayment of benefits. Several RRB legacy databases, applications and programs interface with the accounts receivable system. The RRB is responsible for building the files from those programs into the new financial system. Functionality to replace the PAR system is considered value-added within the new system's receivable management module. Requirements are presented as debt collection in attachment 1 with full migration from PAR into the FMIS post implementation and migration of the core financial system. Appendix F describes the legacy systems that shares information with the debt collection system. A list of RRB mandatory and value-added system requirements is included in Attachment 1. This list is intended to compliment the Federal Financial Management System Requirements (FFMSR) developed by the former Financial Systems Integration Office (FSIO) and the former Joint Financial Management Improvement Program (JFMIP) that must be included in the proposed solution. 3.7. Services. Offerors must provide services related to hardware/server space, software, implementation, integration, hosting and application management. Although a detailed approach format is included in the following sections, offerors are expected to propose the best methodology and solution, and are encouraged to provide innovative ideas to meet the needs of the RRB. 3.8. Software. 3.8.1 Software Services. The system must provide the following mandatory software services: budget planning/formulation and execution, general ledger, procurement, accounts payable, accounts receivable, and reporting modules that are compliant with the FFMSR. In addition, the RRB requests offerors to include the following optional software services: fixed assets, employer contribution receivable, and debt collection. The selected vendor must provide environments to include full time production and test, as well as training pre and post migration and a development environment during the implementation. Detailed descriptions of these software services are described in Section 3.4: Future State System and in Attachment 1: RRB System Requirements. 3.8.2 Interfaces. Key interfaces to be provided in the Core Financial system are included in the system requirements. The general interface environment is described below: • RRB has a System Oriented Architecture which is driven by its business processes. Due to the nature of RRB business functions, which is dictated by legislation, flexibility is imperative and central for the success of RRB. Potential vendors need to offer solutions that can be easily adapted to meet future additional interface requirements. The optimal solution shall allow for data transfer in real time. There are 3 automated interfaces, 2 with existing shared service providers and the other is managed in-house. Additionally, automated batch interfaces are planned with the RRB's program benefit systems. • Cost Accounting - This is an out-bound fixed length text file from the RRB cost accounting application containing non payroll costs currently from FFS. • U.S. Treasury - This is an in-bound interface from the Treasury Reporting System (TRS) for updates to the general ledger with SF-224 data. FMIS should also be interfaced with Secure Payment System (SPS), GTAS and Governmentwide Accounting and Reporting Program (GWA). • FPDS-NG - This external interface is to report procurement data to comply with federal transparency initiatives. • GSA Payroll - This is an external in-bound (secure FTP between GSA and RRB) interface with data flow into FFS. A biweekly job kicks-off the batch upload process which updates financial data and GL with the GSA payroll expense data. A monthly job kicks-off the batch upload process which updates financial data and the general ledger. Payment vouchers are created for transit benefit parking reimbursements to eligible RRB staff and reports are generated to support agency-wide purchases of commuter transit passes and fare cards for eligible staff (details maintained on RRB table). The RRB's transit benefit processing is unique in that it takes the form of pre-tax deductions, not a direct benefit from the agency. • eGov Travel - Currently there is a secure FTP connection between RRB and CWT SatoTravel that provides data related to travel authorization and voucher approvals required daily for the FFS system to obligate and disburse travel payments. Payment notifications and authorization acceptance files are also supplied to CWT SatoTravel daily through the interface. The eGov Travel solution could either be an interface to the RRB's vendor or through the offeror if the optional e-Travel service as specified in the U.S. General Services Administration E2 travel Master Contract, is included in the offeror's proposal and the optional task is awarded. • Railroad Unemployment Insurance Act (RUIA) Award and RR Retirement Act Award Processing - RRB does not currently have an automated interface with this system, and is recording summarized data manually into FFS through a summarized transaction performed monthly. The RRB will be responsible for developing the required data files from the benefits system but providing automated interface functionality with this system is a Mandatory key requirement. The system will need to accept an inbound interface of summarized transactions to the General Ledger from RRB's (highly customized) Benefits Payment system - the key business function of RRB. • Program Accounts Receivable (PAR) - In the event that an offeror does not choose to propose on the optional debt collection functionality, a PAR interface shall be developed. RRB does not currently have an automated interface with this system, and is recording summarized data manually into FFS. The RRB will be responsible for developing the required data files from the benefits system but providing automated batch interface functionality with this system is a Mandatory key requirement. The interface with the PAR system would be inbound only to feed summarized accounts receivable balances to the General Ledger from this subsidiary ledger. 3.9 Proposed Project Approach and Implementation Methodology (Mandatory Service). Offerors must provide a detailed project plan and methodology that clearly demonstrates how their team will initiate and meet the stated goals and successfully complete the Core Financial system migration project. The proposed plan of action must adhere to industry proven project management methodology. The proposed approach and methodology shall include, but not be limited to, the following: 3.9.1 Project Management. The Contractor shall provide comprehensive and effective life cycle project management consistent with project management best practices, notably those specified by the Project Management Institute (PMI). The Contractor shall provide detailed information on the project management structure, resources and support methodology. The Contractor's project management support services, tools and processes include, but are not limited to: • Schedule Management - The development, management, and control of project schedules. • Risk Management - The planning, identification, analysis, responses, monitoring and control of project risks. • Cost Management - Management of implementation project budget, control of costs, and monitoring Earned Value metrics using their Earned Value Management System (EVMS), as approved and accepted by the RRB. Please see Appendix D, RRB EVMS Clause. OMB requires that all financial system implementation projects utilize Earned Value Management (EVM) to track the project's status to the baseline schedule and cost. As a result, the RRB requires that the service provider maintain a system for tracking and reporting on EVM for the project. EVM reports, submitted monthly to the RRB, shall include at a minimum: i. Planned Value (PV) ii. Earned Value (EV) iii. Actual Cost (AC) iv. Budget at Completion (BAC) v. Estimate at Completion (EAC) vi. Variance at Completion (VAC) vii. Schedule Variance (SV) viii. Schedule Performance Index (SPI) ix. Cost Variance (CV) x. Cost Performance Index (CPI) xi. To Complete Performance Index (TCPI) • Scope Management - Management, traceability and documentation of project requirements. • Document Management - The timely and appropriate generation, collection, distribution, storage, retrieval and disposition of project information. • Change Management - The standardization of methods and procedures for efficient and prompt handling of all software and hardware changes, changes to the project schedule, scope and budget; and support of the FMIS Migration Change Control Board (CCB). • Configuration Management - Configuration management activities, change request support, baseline creation, and governance • Quality Assurance - The support of business outcomes, operational metrics, and quality management as required in the quality assurance surveillance plan. • Transition Management - The activities associated with transitioning into the production environment hosted by the shared service or commercial provider including facilities, hardware, software, data, and support. Work cooperatively with the client's transition management team and consultants to effect a seamless change in business practices. 3.9.2 System Design. Provide a detailed description of your approach to specifying the RRB's future state system design, addressing typical SHARED SERVICE PROVIDER responsibilities and services. Incorporate in your response business process support such as supplemental supportive services, reconciliations, and report preparation. This section shall include: a. Future state validation methodology; b. Key personnel and relationship to key tasks and deliverables; c. Key functional and technical documentation; d. Deliverables and related acceptance criteria and responsibility. 3.9.3 System Configuration Management. Provide detailed description of system components and migration approach, conversion, and cutover from the legacy system. The proposed methodology must outline a structured approach in deploying mission-critical systems, including which optional modules will be included. Configuration of the system software must reflect the requirements provided in Attachment 1 for all components. The solution must meet Federal Financial System requirements and OMB memorandum M-10-26, OMB Circular A-127, SSAE 16 requirements and RRB specific requirements. 3.9.4 Data Conversion.Perform data conversion from the RRB's legacy financial system, FFS, and data from optional services included in the solution into the new FMIS system. The service provider shall perform validation of balances from the legacy system to the FMIS system. It is preferred that all current and previous five-year (open and closed) data be converted upon implementation. Data conversion will include data from the following mandatory modules and optional modules awarded under this solicitation: • General Ledger • Procurement/Obligations • Accounts Payable • Budget control • Employer Contribution Receivable (Optional Task) • Debt from the Program Accounts Receivable (PAR) system (Optional Task) • Fixed Assets (Optional Task) • Vendor master data (A/P) • Customer master data (A/R) • Annuitant master data from PAR (Optional Task) 3.9.5 Testing.Perform incremental testing for the system interfaces and conversion, including unit tests for all components to ensure proper functioning as well as provide testing activities using RRB financial data during migration which shall include, but is not limited to: • Initial System Test Out/Unit Testing • Integration/End-to-End Testing • Network Connectivity Testing • Data Conversion and Migration Testing • User Acceptance Testing (UAT) The Contractor must supply documentation during and post migration of tests performed for the RRB of the following: • System Performance Testing (Load Testing) • Backup and Restore Testing • Disaster Recovery Testing The Contractor's system test plan shall encompass system tests utilizing testing tools that can simulate data entry and posting of the defined set of transactions to allow full testing of the Core Financial system, including annual closing and roll forwards prior to going live. The Contractor shall ensure the system tests shall include the following components: Online entry of transactions, Online, real-time interfaces, Batch loading of interfaces, Production of standard reports, annual closing, and roll forwards. The Contractor shall compare the results from the system tests to both expected results and to actual results in the legacy financial system. The Contractor shall be expected to conduct specific testing of the unique RRB requirements identified in the Statement of Work. RRB requires access to the Business Intelligence reporting tool during the testing phase in order to exercise its features and test the development of client reports using converted data.3.9.6 Organizational Change Management and Training. The RRB intends to adapt business processes to the selected Core Financial system to maximize efficiency. The responsive offeror is expected to develop and implement strategies for mitigating the impact of new processes on RRB staff. The Contractor's organizational change services, tools and processes include, but are not limited to: • Training - Provide a system training plan, training materials, and deliver the system training to RRB users. The Contractor's approach shall take into consideration the number and type (transactional and reporting) of RRB users, including field operations. Training delivery shall reflect multiple delivery approaches to include both web-based and on-site classroom delivery, specifically around business processes and roles performed. The training schedule shall be tied to the Core Financial system testing and deployment schedule and made available to system users and testers at implementation and post deployment, at a date to be determined. Training shall include performance based and cognitive training methods. The Contractor shall include an onsite learning lab environment, at the RRB headquarters, to provide users in-person assistance during and post go-live. • Documentation - Provide clearly documented processing instructions in hard copy or electronically in accordance with the requirements contained in the core financial system requirements document issued by FSIO. Documentation (e.g., database diagrams, user manuals, and operating procedures) shall be kept up-to-date and be readily available for examination. System user documentation shall be in sufficient detail to permit a person with knowledge of the agency's programs and of systems generally, to obtain a comprehensive understanding of the entire operation of each system. 3.10 Hosting and Application Management Services (Mandatory Service). 3.10.1 Hosting Services. Hosting services involves providing the information technology (IT) infrastructure (facilities, infrastructure, hardware, and software) that serve as the foundation for running business software applications and the services to maintain that infrastructure. As authorized and directed by the RRB Contracting Officer (CO), the Contractor shall provide all the identified services to host the solution, consistent with the goals and objectives of this SOW. Hosting support includes but is not limited to the maintenance and operation of the hardware, data center support, software and telecommunications support to the application. The following hosting objectives have been established: • Provide all hardware, software, and infrastructure needed to host the proposed COTS solution. • Provide a complete hosting solution in compliance with OMB Memorandum M-10-26, OMB Circular A-127, SSAE 16 requirements, and includes all services determined by the RRB contracting officer as necessary to deliver the proposed approach for system cut-over and all post-deployment production operations. • Transition Management - The activities associated with transitioning into the production environment hosted by the successful offeror including facilities, hardware, software, data, and support transition. • Hosting support includes but is not limited to maintenance and operation of the hardware, data center support and Internet connection in support of the application. • In accordance with the directions and authorization of the RRB contracting officer, ensure that a proper Continuity of Operations plan is in place. • Establish and maintain application security and access controls. • Prepare and execute service level agreement that includes the performance indicators. Detailed technical and service level agreement requirements are in Attachment 2. 3.10.2 Application Management Services. Operations and Maintenance Services involve providing the software and the services for operating and managing the financial management software. The Core Financial solution shall consist of the use of one COTS product with limited product extensions and limited customization of the core product. The Contractor shall be required to integrate operational components and configure the integrated solution to operate within the hosted environment. The foundation of the proposed solution must be compliant with Federal Financial System requirements. Application Management/Operations and Maintenance support includes, but is not limited to, functional and technical tasks directly related to the application including issue resolution, batch processing, reference table updates, report maintenance in the software, monthly, quarterly and annual close processing, database dumps, and implementation and testing of new regulatory requirements. The following application management/operations and maintenance objectives have been established: • Perform all operations and maintenance (O&M) activities for the new financial system including all application functional and technical support and security of the deployed solution, including running batch processes, nightly cycles and backups, involved in system operations. • Provide a process for software patching (changes to the software that are fixes and changes in a future software release that is needed prior to implementing the new release) and when major and minor software releases will be installed and the process for communicating the changes to the end users. • Provide a change control process that includes customer input and enforces consistent configuration management across all increments, instances, and upgrades of the new financial system. • Provide help desk support. 3.11 Optional Hosted Services. The RRB sees the implementation of FMIS as a new paradigm for its business operations. New interfaces between RRB systems will create an increased number of transactions to be processed in the financial system. In addition, the internal controls that will be included in the system will create the need for additional analysis, error correction, and place workload on business areas that do not exist in the current system. This increased workload will require the RRB to manage its existing staff wisely and may require it to strategically supplement its resources through the provider. Potential areas the RRB may require support in the future include support for the management of accounts payable and disbursements, support for the management of administrative accounts receivable, and support to produce the monthly, quarterly and annual financial statement preparation as optional hosted services. Additionally, bulk file support and agency specific analyses activities may also be performed by the provider. The current list of standard reports is included in Appendix C. 3.12 Mandatory and Optional Requirements. The RRB requires information and pricing on all mandatory and optional functionalities and services. Below is a summary of those mandatory and optional functionalities and services pursuant to this statement of work (See attached RFP RRB12R004 Word document). 3.13 Key Personnel. The contractor shall assign key personnel by name and title and provide a chronological résumé for each of the key personnel proposed. Key personnel must have experience in migrating clients to an SHARED SERVICE PROVIDER or in managing hosted federal clients. All key personnel must be totally committed to the project without competing priorities, and if applicable, indicate the level of their commitment to other projects. Further, contractor must present key management and technical experts with leadership abilities, project management competencies, education, and specialized experience. Key personnel may not be replaced during the project without the approval of the RRB Contracting Officer Representative (COR) and CO. If substitution of key personnel is absolutely necessary, the offeror must notify the CO of the change 30 calendar days prior to removal from the contract. The proposed substitutions must have qualifications equal to or better than those approved at contract award.. Substitutions to key personnel must be approved by the CO. Although key personnel and desired qualifications are suggested below, offerors are expected and encouraged to propose the best resourcing plan of key and non-key personnel to meet the needs of the RRB. Inclusion in the proposal shall guarantee the availability of key personnel. The following describes desired qualifications and responsibilities of the key personnel: • Project Manager - Professional certifications, such as the Project Management Professional (PMP), are preferred. Shall have 10 years of project management experience with financial management implementations. Responsible for coordinating overall team/project activities, maintaining project documentation, tracking deliverables and financial information. • Functional Lead - Shall have 10 years experience in system configuration and financial management experience. Responsible for ensuring that software services are compliant with government standards, accounting principles and system application standards. Responsible for understanding the current system environment, the to-be state, and the potential for added integration or system functionality in the future. • Technical Lead - Shall have 7 years of experience in implementing computer systems. Responsible for the process from requirements analysis to design, implementation and testing of the system. Shall understand system maintenance and shall be able to provide solutions to software problems. • All key personnel shall have a minimum of three (3) years of experience using the offerors system. • Key personnel may also include a Functional Lead for each mandatory and optional software service. Leads may be assigned to multiple modules. • All team members shall, at a minimum, have a BA/BS degree applicable to their team role or equivalent experience. Team members with certifications such as the PMP, Certified Public Accountant (CPA), and Certified Government Financial Manager (CGFM) are preferred. 3.14 Deliverables. The contractor shall submit, at a minimum, the following deliverables both electronically and in hard copy, as prescribed below: (See attached RFP RRB12R004 Word document).3.15 Location and Manner of Performance. The RRB will provide the contractor space at the RRB headquarters facility located at 844 N. Rush St., Chicago, IL and access to personnel as deemed necessary by approved project plan during performance of the contract. Vendor is prohibited from connecting laptops to the RRB network. The RRB will provide the contractor's staff appropriate office space and connectivity to all applicable systems when performing tasks on-site at the RRB headquarters. The Contractor shall ensure the privacy, confidentiality, and safety of RRB data and files and shall not alter, copy or otherwise damage data and file material. The Contractor shall designate a primary contract liaison, and an alternate, to coordinate activities, resolve day-to-day problems, and answer questions from RRB staff. The contract liaison will be available during RRB core business hours of 9:00 a.m. to 3:00 p.m. central time. If the Contractor provides such services on-site, service may be performed during the hours of 6:30 a.m. to 5:30 p.m. central time. The work schedule may be modified as approved in advance by the COR. Office space, equipment and supplies will be furnished by the RRB for on-site services only. If services are performed off-site, the RRB reserves the right to perform inspection of off-site facility. 3.16 Travel. The RRB will reimburse the contractor for allowable travel approved by the Contracting Officer and COR in advance of trips taken in the performance of time and material task orders issued against the IDIQ contract as stated in section 2.1, Other Direct Costs, with the Price Schedule section of the RFP. Travel expenses incurred during performance of fixed price task orders against the IDIQ contract are at the vendor's discretion and therefore not reimbursable by the RRB. 3.17 Security Compliance Requirements. The offeror shall comply with the information technology security requirements in the Federal Information Security Management Act, the related National Institute of Standards and Technology (NIST) FISMA implementation guidance, including but not limited to NIST 800-37 Rev. 1, NIST 800-53 Rev. 3 and NIST 800-53A, and OMB memoranda on privacy and security. The proposal shall include a list of proposed staff for these services that have successfully met requirements in the Homeland Security Presidential Directive-12 (HSPD-12), OMB guidance M-05-24 and M-11-11, and Federal Information Processing Standards Publication (FIPS PUB) Number 201 through other Federal Government Agencies. Additional security provisions are provided in the Clauses and Provisions Section of the RFP. The proposed solution is required to meet all security controls for a FISMA moderate system as defined by NIST 800-53, regardless of whether or not each requirement is specified in this solicitation. The offeror shall comply with NIST 800-53 Rev. 3, including, but not limited to, indicating compliance with the requirement for use of multifactor authentication for network access to privileged accounts (Organizational Users IA-2(2)). RRB requires at minimum two factor authentication. In the proposal, the use of Personal Identity Verification (PIV) authentication is the preferred method of multifactor authentication, but the use of other multifactor protocols will be acceptable for authenticating system administrators (e.g., passwords, tokens, biometrics, and PIV authentication). 3.18 Disaster Recovery Requirements. The Contractor shall develop and deliver draft and final versions of a Disaster Recovery Plan per the deliverable schedule in section 3.13. The Contractor shall, at a minimum: • Describe the strategy and services required to preserve and restore essential functions of the financial management system as well as describe the strategy and services required to restore full functionality; • Ensure the Disaster Recovery Site is in a different geographical location (within the continental United States) and building than the primary site; • Test the plan periodically based on best practices. 3.19 PIV Cards. Consistent with the OMB Memorandum M-11-11 which addressed implementation of Homeland Security Presidential Directive 12, the RRB's systems will use PIV credentials in accordance with NIST guidelines. The contractor shall insure the financial system is compliant with Federal policy, standards and supporting technical specifications and is enabled to use PIV credentials. As stated in Section 3.16 Security Compliance Requirements, contractors must at minimum comply with two factor authentication, with preference for use of HSPD-12/PIV cards. In addition, the RRB will perform a background investigation on all staff from the offeror awarded a contract from this solicitation, in accordance with this requirement. 3.20. Tentative Deployment Schedule. The below is a tentative deployment schedule. Offerors shall identify the interim steps, with completion dates, between the project kickoff and the go live date (See attached RFP RRB12R004 Word document). 4.0 Clauses and Provisions. 4.1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-1.This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/Far/a. FAR 52.212-4, Contract Terms and Conditions- Commercial Items (FEB 2012); b. FAR 52.212-1, Instructions to Offerors (FEB 2012); c. FAR 52.237-3, Continuity of Services (JAN 1991); d. FAR 52.232-1, Payments (APR 1984);e. FAR 52.232-7, Payments under Time-and-Materials and Labor-Hour Contracts (FEB 2007);f. FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (OCT 2010); g. FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEPT 2007); h. FAR 52.222-54, Employee Eligibility Verification (JAN 2009) i. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran- Representation and Certification (NOV 2011). 4.2 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (MAY 2012) FAR 52.212-5. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). X_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). X_ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). X_ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). __ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of DivisionC of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (11) [Reserved] __ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (13)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (15)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). __ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (18) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (21) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). __ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2012) (15 U.S.C. 637(m)). __ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2012) (15 U.S.C. 637(m)). __ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). X_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X_ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). X_ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). X_ (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). __ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). X_ (34) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). X_ (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42). __ (ii) Alternate I (Mar 2012) of 52.225-3. __ (iii) Alternate II (Mar 2012) of 52.225-3. __ (iv) Alternate III (Mar 2012) of 52.225-3. __ (41) 52.225-5, Trade Agreements (MAY 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __(47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (48) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). X (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 4.3 Notice of Earned Value Management System - Pre-Award Integrated Baseline Review (IBR) (JULY 2006) FAR 52.234-2.(a) The offeror shall provide documentation that the Cognizant Federal Agency has determined that the proposed EVMS complies with the EVMS guidelines in ANSI/EIA Standard - 748 (current version at time of solicitation). (b) If the offeror proposes to use a system that has not been determined to be in compliance with the requirements of paragraph (a) of this provision, the offeror shall submit a comprehensive plan for compliance with the EVMS guidelines. (1) The plan shall- (i) Describe the EVMS the offeror intends to use in performance of the contracts; (ii) Distinguish between the offeror's existing management system and modifications proposed to meet the guidelines; (iii) Describe the management system and its application in terms of the EVMS guidelines; (iv) Describe the proposed procedure for administration of the guidelines, as applied to subcontractors; and (v) Provide documentation describing the process and results of any third-party or self-evaluation of the system's compliance with the EVMS guidelines. (2) The offeror shall provide information and assistance as required by the Contracting Officer to support review of the plan. (3) The Government will review and approve the offeror's plan for an EVMS before contract award. (4) The offeror's EVMS plan must provide milestones that indicate when the offeror anticipates that the EVM system will be compliant with the ANSI/EIA Standard - 748 guidelines. (c) Offerors shall identify the major subcontractors, or major subcontracted effort if major subcontractors have not been selected subject to the guidelines. The prime Contractor and the Government shall agree to subcontractors selected for application of the EVMS guidelines. (d) The Government will conduct an IBR, as designated by the agency, prior to contract award. The objective of the IBR is for the Government and the Contractor to jointly assess technical areas, such as the Contractor's planning, to ensure complete coverage of the contract requirements, logical scheduling of the work activities, adequate resources, methodologies for earned value (budgeted cost for work performed (BCWP)), and identification of inherent risks. 4.4 Earned Value Management System (JULY 2006) FAR 52.234-4.(a) The Contractor shall use an EVMS that has been determined by the Cognizant Federal Agency (CFA) to be compliant with the guidelines in ANSI/EIA Standard - 748 (current version at the time of award) to manage this contract. If the Contractor's current EVMS has not been determined compliant at the time of award, see paragraph (b) of this clause. The Contractor shall submit reports in accordance with the requirements of this contract. (b) If, at the time of award, the Contractor's EVM System has not been determined by the CFA as complying with EVMS guidelines or the Contractor does not have an existing cost/schedule control system that is compliant with the guidelines in ANSI/EIA Standard - 748 (current version at time of award), the Contractor shall- (1) Apply the current system to the contract; and (2) Take necessary actions to meet the milestones in the Contractor's EVMS plan approved by the Contracting Officer. (c) The Government will conduct an Integrated Baseline Review (IBR). If a pre-award IBR has not been conducted, a post award IBR shall be conducted as early as practicable after contract award. (d) The Contracting Officer may require an IBR at- (1) Exercise of significant options; or (2) Incorporation of major modifications. (e) Unless a waiver is granted by the CFA, Contractor proposed EVMS changes require approval of the CFA prior to implementation. The CFA will advise the Contractor of the acceptability of such changes within 30 calendar days after receipt of the notice of proposed changes from the Contractor. If the advance approval requirements are waived by the CFA, the Contractor shall disclose EVMS changes to the CFA at least 14 calendar days prior to the effective date of implementation. (f) The Contractor shall provide access to all pertinent records and data requested by the Contracting Officer or a duly authorized representative as necessary to permit Government surveillance to ensure that the EVMS conforms, and continues to conform, with the performance criteria referenced in paragraph (a) of this clause. (g) The Contractor shall require the subcontractors specified below to comply with the requirements of this clause: [Insert list of applicable subcontractors.] ________________________________________________ 4.5 Indefinite Quantity (OCT 1995) FAR 52.216-22.(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 days. 4.6 Option to Extend Services (NOV 1999) FAR 52.217-8.The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within the period specified in the Schedule. 4.7 Option to Extend the Term of the Contract (MAR 2000) FAR 52.217-9.(a) The Government may extend the term of this contract by written notice submitted to the Contractor at least 30 days prior to the expiration of the contract; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed seven years. 4.8 Availability of Funds (APR 1984) FAR 52.232-18. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 4.9 Availability of Funds for the Next Fiscal Year (APR 1984) FAR 52.232-19. Funds are not presently available for performance under this contract beyond September 30th. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30th, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. 4.10 Technical Direction. Performance of the work under this contract shall be subject to the technical direction of the Contracting Officer Representative (COR). The term "technical direction" is defined to comprise the following:(a) Directions to the contractor which redirect the contract effort, shift work emphasis between work areas or tasks, require pursuit of certain lines of inquiry, fill in details or otherwise serve to accomplish the contractual statement of work.(b) Provisions of information to the contractor which assists in the interpretation of drawings, specifications or technical portions of the work description.(c) Review and, where required by the contract, approve technical reports, drawings, specifications and technical information to be delivered by the Contractor to the Government under this contract.(d) Technical directions must be within the general scope of work stated in the contract. The COR does not have the authority to and may not issue any directions which (1) constitutes an assignment of additional work outside the general scope of the contract; (2) constitutes a change as defined in the contract article entitled "Changes"; (3) in any manner causes an increase or decrease in the estimated cost or the time required for contract performance; or (4) changes any of the expressed terms, conditions, or specifications of the contract. The Contractor shall proceed promptly with the performance of technical directions duly issued by the COR in the manner prescribed by this Section and within his authority under the provisions of this Section. If, in the opinion of the Contractor, any instruction or direction issued by the COR is within one of the categories as defined in (1) through (4) above, the Contractor shall not proceed but shall notify the Contracting Officer within five (5) working days after receipt of any such instruction or direction and shall request the Contracting Officer to modify the contract accordingly. Upon receiving such notification from the Contractor, the Contracting Officer shall issue an appropriate contract modification or advise the Contractor in writing that, in his opinion, the technical direction is within the scope of this Section and does not constitute a change under the Changes article of the contract. The Contractor shall thereupon proceed immediately with the direction given. A failure of the parties to agree upon the nature of the instruction or direction or upon the contract action to be taken with respect thereto shall be subject to the provisions of the contract article entitled "Disputes."4.11 Contracting Officer. The Contracting Officer (CO) has the overall responsibility for the administration of this contract. The CO alone, without delegation, is authorized to take actions on behalf of the Government to: amend, modify or deviate from the contract terms, conditions, requirements, specifications, details and/or delivery schedules; make final decisions on disputed deductions from contract payments for nonperformance or unsatisfactory performance; terminate the contract for convenience or default; issue final decisions regarding contract questions or matters under dispute. The CO may, however, delegate certain other responsibilities to their authorized representatives. 4.12 Place of Performance (OCT 1997) FAR 52.215-6. The services to be provided under this contract shall be accomplished at the contractor's facilities as well as the : U.S. Railroad Retirement Board, 844 No. Rush St., Chicago, IL 60611-2092.4.13 Term of Contract. The term of this contract shall consist of the Implementation/Migration year, Base year, and Five (5) Option Years. Work under this contract is expected to commence no later than September 30, 2012. 4.14 Certification Regarding Responsibility Matters (APR 2010) FAR 52.209-5. a.1. The Offeror certifies, to the best of its knowledge and belief, that- (i) The Offeror and/or any of its Principals- (A) Are [ ] are not [ ] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [ ] have not [ ], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have," the offeror shall also see 52.209-7, if included in this solicitation); (C) Are [ ] are not [ ] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; (D) Have [ ], have not [ ], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. § 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. § 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. § 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [ ] has not [ ], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) "Principal," for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. 4.15 Information Regarding Responsibility Matters (FEB 2012) FAR 52.209-7(a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database via https://www.acquisition.gov (see 52.204-7). 4.16 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012) FAR 52.209-9. (a) The Contractor shall update the information in the Federal Awardee Performance and Integrity Information System (FAPIIS) on a semi-annual basis, throughout the life of the contract, by posting the required information in the Central Contractor Registration database via https://www.acquisition.gov. (b) As required by section 3010 of the Supplemental Appropriations Act, 2010 (Pub. L. 111-212), all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. FAPIIS consists of two segments- (1) The non-public segment, into which Government officials and the Contractor post information, which can only be viewed by- (i) Government personnel and authorized users performing business on behalf of the Government; or (ii) The Contractor, when viewing data on itself; and (2) The publicly-available segment, to which all data in the non-public segment of FAPIIS is automatically transferred after a waiting period of 14 calendar days, except for- (i) Past performance reviews required by subpart 42.15; (ii) Information that was entered prior to April 15, 2011; or (iii) Information that is withdrawn during the 14-calendar-day waiting period by the Government official who posted it in accordance with paragraph (c)(1) of this clause. (c) The Contractor will receive notification when the Government posts new information to the Contractor's record. (1) If the Contractor asserts in writing within 7 calendar days, to the Government official who posted the information, that some of the information posted to the non-public segment of FAPIIS is covered by a disclosure exemption under the Freedom of Information Act, the Government official who posted the information must within 7 calendar days remove the posting from FAPIIS and resolve the issue in accordance with agency Freedom of Information procedures, prior to reposting the releasable information. The contractor must cite 52.209-9 and request removal within 7 calendar days of the posting to FAPIIS. (2) The Contractor will also have an opportunity to post comments regarding information that has been posted by the Government. The comments will be retained as long as the associated information is retained, i.e., for a total period of 6 years. Contractor comments will remain a part of the record unless the Contractor revises them. (3) As required by section 3010 of Pub. L. 111-212, all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. (d) Public requests for system information posted prior to April 15, 2011, will be handled under Freedom of Information Act procedures, including, where appropriate, procedures promulgated under E.O. 12600. 4.17 Billing. Contractor shall submit detailed invoices with quantities for work completed and pricing as designated in Section 2.0 and indicating actions, dates and deliverables completed. 4.18 Conflicts of Interest. The offeror agrees not to have any direct or indirect financial or familiar interest, or engage in any activity, which conflicts substantially, or appears to conflict substantially, with the offeror's duties under this contract. The offeror further agrees that the RRB shall have the exclusive right to determine whether such a conflict of interest exists, and whether it is substantial. Failure of the offeror to adhere to this provision will, at the discretion of the RRB, result in the immediate termination of the contract without any further liability of the RRB. 4.19 Post-award meeting. In order to codify the implementation and procedural issues attendant upon contract performance, a post-award meeting will be held at the RRB headquarters facility in Chicago, IL or via a conference call no later than five calendar days after contract award. The Contractor must attend this conference and be prepared to discuss the requirements of the contract. The Contractor will be responsible for all costs related to attending this meeting. 4.20 Service of Protest (SEP 2006)-FAR 52.233-2. a. Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:Director of Administration, U.S. Railroad Retirement Board, 844 N. Rush St., Chicago, IL 60611. b. The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 4.21Security and Privacy Provisions and Clauses. 4.21.1 Security Information: The RRB is a social insurance agency. Privileged information for railroad employees and dependent beneficiaries is accessible from all mainframe terminals, terminal sessions on desktop PC workstations, and virtual LAN (VLAN)/wide area network (WAN) servers. Privileged information is also available in paper form, data disks, and data tapes throughout the Chicago headquarters facility and remote offices. Access to, and use of, this information is covered under the Privacy Act of 1975 and other U.S. Codes. The provision of the Federal Acquisition Regulation (FAR) section 52.239-1, Privacy or Security Safeguards (Aug 1996), is hereby incorporated by reference. No copies of railroad employee or beneficiary information can be removed from a RRB site or retained by any member of the contractor staff in any transferable media, be that paper or electronic. With the exception of cellular/digital telephones owned and used by the Contractor staff, no communications line other than those analog lines and data links installed and approved by the RRB will be allowed.All CDs and diskettes used by the Contractor in the course of this project will be retained by the RRB at the end of the work. 4.21.2 Privacy Act Notification (APR 1984) FAR 52.224-1.The Contractor will be required to design, develop, or operate a system of records on individuals, to accomplish an agency function subject to the Privacy Act of 1974, Public Law 93-579, December 31, 1974 (5 U.S.C. 552a) and applicable agency regulations. Violation of the Act may involve the imposition of criminal penalties.4.21.3 Privacy Act (APR 1984) FAR 52.224-2.(a) The Contractor agrees to - (1) Comply with the Privacy Act of 1974 (the Act) and the agency rules and regulations issued under the Act in the design, development, or operation of any system of records on individuals to accomplish an agency function when the contract specifically identifies - (i) The systems of records; and (ii) The design, development, or operation work that the contractor is to perform (2) Include the Privacy Act notification contained in this contract in every solicitation and resulting subcontract and in every subcontract awarded without a solicitation, when the work statement in the proposed subcontract requires the redesign, development, or operation of a system of records on individuals that is subject to the Act; and (3) Include this clause, including this subparagraph (c), in all subcontracts awarded under this contract which requires the design, development, or operation of such a system of records.(b) In the event of violations of the Act, a civil action may be brought against the agency involved when the violation concerns the design, development, or operation of a system of records on individuals to accomplish an agency function, and criminal penalties may be imposed upon the officers or employees of the agency when the violation concerns the operation of a system of records on individuals to accomplish an agency function. For purposes of the Act, when the contract is for the operation of a system of records on individuals to accomplish an agency function, the Contractor is considered to be an employee of the agency.(c)(1) "Operation of a system of records," as used in this clause, means performance of any of the activities associated with maintaining the system of records, including the collection, use, and dissemination of records.(2) "Record," as used in this clause, means any item, collection, or grouping of information about an individual that is maintained by an agency, including, but not limited to, education, financial transactions, medical history, and criminal or employment history and that contains the person's name, or the identifying number, symbol, or other identifying particular assigned to the individual, such as a fingerprint or voiceprint or a photograph.(3) "System of records on individuals," as used in this clause, means a group of any records under the control of any agency from which information is retrieved by the name of the individual or by some identifying number, symbol, or other identifying particular assigned to the individual.4.21.4 Privacy Or Security Safeguards (AUG 1996) FAR 52.239-1 (a) The Contractor shall not publish or disclose in any manner, without the Contracting Officer's written consent, the details of any safeguards either designed or developed by the Contractor under this contract or otherwise provided by the Government.(b) To the extent required to carry out a program of inspection to safeguard against threats and hazards to the security, integrity, and confidentiality of Government data, the Contractor shall afford the Government access to the Contractor's facilities, installations, technical capabilities, operations, documentation, records, and databases.(c) If new or unanticipated threats or hazards are discovered by either the Government or the Contractor, or if existing safeguards have ceased to function, the discoverer shall immediately bring the situation to the attention of the other party (d) Each agency has its own rules regarding privacy and security of data. The RRB's rules are summarized in the following publications: (1) Privacy Act Information http://www.rrb.gov/bis/privacy_act/introduction.asp http://www.rrb.gov/bis/privacy_act/overview.asp http://www.rrb.gov/bis/privacy_act/information_rrb_maintains.asp (2) RRB's Privacy System of Records http://www.rrb.gov/bis/privacy_act/sornlist.asp (3) Internal Revenue Service's (IRS) Publication 1075, Tax Information and Security Guidelines for Federal, State and Local Agencies http://www.irs.gov/pub/irs-pdf/p1075.pdf (e) Anticipated threats and hazards that the contractor must guard against:(1) Data stored on equipment following the completion of the project.(2) Data removal process not including eradication methods.(3) Contractor employees not fully versed in responsibilities with respect to Privacy and Security.(4) Contractor accessing RRB data from unauthorized sites.(f) Safeguards that the contractor must specifically provide include: A contractor having access to RRB data should have in place preventive measures to assure that:(1) Accessed data is not retained in contractor files or on contractor's equipment. (2) Data temporarily housed on contractor's equipment must be eradicated, the space not just marked for reuse.(3) All contractor staff members are made aware of their responsibilities with respect to Privacy and Security.(4) Contractor access to RRB data is limited to RRB approved sites.4.21.5 Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.204-9.(a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201 (See Attachment 8).(b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government: (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee's employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when the subcontractor's employees are required to have routine physical access to a Federally controlled facility and/or routine access to a Federally controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. 4.21.6Additional Security Requirements. Contractors shall indicate and list in their proposals the proposed staff for these services that have previously completed through other Federal Government Agencies the procedures required to meet the Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. 4.22 Section 508 Compliance. Under Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), acquisitions of electronics and information technology (EIT) supplies and services must meet the accessibility standards as set forth at 36 CFR Part 1194. The offeror is required to certify (Attachment 9) which accessibility standards their offered EIT products and/or services meet.4.23 Implementation of Commonly Accepted Security Configurations for Windows Operating Systems. a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows, Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html, and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default "program files" directory and should be able to silently install and uninstall. c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.4.24 Internet Protocol Version 6. Any information technology product or system procured as a result of this solicitation must be IPv6 Compliant. A compliant product or system must be able to receive, process and transmit or forward IPv6 packets and be able to interoperate with other systems and protocols in both IPv4 and IPv6 modes. 5.0 Proposal Submission Instructions. The RRB must receive proposals and past performance references by the due date of July 2, 2012 at 1:00PM CST. Both an electronic copy and hard copies of the proposal are due by the submission deadline in order to be considered for evaluation. Electronic copies shall be sent to proposals@rrb.gov. Hard copies of the proposals should be sent to the attention of, and delivered to, Ms. Elizabeth Kelly at the RRB address below: U.S. Railroad Retirement Board, Acquisition Management, 844 North Rush Street, Chicago, IL 60611.Offerors may submit questions regarding the solicitation document to proposals@rrb.gov by June 8, 2012 at 1:00PM CST. Offerors shall include the title FMIS and solicitation number in the subject line of the e-mail. Offerors are advised that technical and cost proposals are required for all mandatory and optional CLINS. Proposal Format. The proposal shall be submitted in two volumes: a Technical Proposal and a Business Proposal. Each proposal volume shall be separate and complete so that evaluation of one may be conducted independently of, and concurrently with, evaluation of the other. The offerors shall ensure that no cost or pricing information is included in any portion of their Technical Proposal submission. Offerors shall submit ten (10) hard copies of the Technical Proposal and two (2) hard copies of the Business Proposal, which are to be prepared on 8-1/2" x 11" white paper, printed on both sides of the paper, with a minimum size font of Times New Roman 12. Size restrictions do not apply to figures and graphics; however, they should be easily readable. Offerors should adhere to the maximum page limitation of 35 numbered pages for the Technical Volume, not including the cover page, table of contents, resumes and attachments. Attachments to the offeror's proposal include, and shall be provided in the following order: RRB System Requirements, the Quality Assurance Surveillance Plan (QASP)/Service Levels (SLs), FY11 aggregate performance metrics, Contractor Past Performance History, Contractor Past Performance References, Due Diligence Checklist and the Statement on SSAE 16/Statement of Auditing Standards (SAS) 70. Résumés shall be no more than two (2) pages per proposed staff member. Material over the page limitations will not be considered when evaluating the proposal. The Technical Proposal and Business Proposal shall each have a cover page with the title FMIS, contact information of the offerors authorized official for contract administration and the name and contact information for the offeror's proposal negotiators. Each page will also contain a header with the title FMIS, solicitation number and page numbers. Cost to Propose. The RRB will not be liable for any costs incurred by the offeror in preparation of a proposal submitted in response to this RFP, in conduct of a presentation, or any other activities related to responding to this RFP. Technical Proposal. The offeror shall provide their technical proposal with sections separated as described below. The technical proposal shall include a description of the services being offered in sufficient detail to evaluate compliance with the mandatory requirements and the evaluated technical factors of the solicitation. The Technical Proposal shall not make any reference to cost or pricing data. The offeror shall fully and clearly address each mandatory and evaluated technical factor so that the RRB's technical evaluation panel can identify and comprehend the capability and resources the offeror intends to bring to this procurement. The offeror shall also clearly explain any dependencies or resources they require of the RRB in their plan to provide the required services. The technical proposal shall provide complete and detailed information to substantiate the offeror's ability to satisfy the mandatory requirements in the Statement of Work, Section 3.0 of the solicitation. All mandatory requirements shall be met for an offeror to be considered responsive. Optional CLIN technical and cost proposals must be in the same format, font, and page-limitations as identified in paragraph four (4) of this section. Offerors are advised that, although CLINS four (4) thru twelve (12) are identified as "Optional", technical and cost proposals are mandatory, and will be fully-evaluated.Complete and detailed technical information shall also be provided to facilitate scoring of the following evaluated technical factors: TECHNICAL FACTORS. 1. Technical/Management Approach. The offeror must respond to all elements described below: a. Software Services. The offeror shall describe the proposed software solution in general, and must specifically describe the functionality, quality and flexibility of all mandatory and optional software services listed in the SOW. The offeror should clearly identify which optional software services they intend to provide. The offeror shall specify how they will address any potential gaps in the proposed solution with respect to mandatory software services. Additionally, the proposal shall include how the offeror plans to address key interfaces and integration as listed in the SOW and in the system requirements. The offeror shall specify how they will address any potential gaps in the proposed solution. i. The offeror must complete the RRB System Requirements spreadsheet, Attachment 1. ii. The RRB will require software demonstrations/presentations from offerors whose proposals are determined to be in the competitive range. Software demonstration instructions and scripts will be provided to selected vendors at a later date. The demonstration shall show the RRB evaluation panels in detail how the offeror's solution meets the requirements as stated in the SOW and the RRB System Requirements, Attachment 1. The demonstrations/presentations shall be a minimum of 2 hours and a maximum of 6 hours in length. b. Implementation and Migration. i. The proposal shall identify the offeror's approach for the core financial system implementation, testing and data conversion and describe the approach for minimizing risk while meeting RRBs functional requirements. ii. The offeror shall describe its methodology to manage the services to be delivered. Proposals shall include a work breakdown structure that conveys how work will be performed and effectively demonstrates knowledge and expertise working with government agencies and diverse labor compositions. 1. Schedule Management - The offeror shall propose a project implementation schedule based on the high level timeline provided in Section 3.19 of the SOW. Offerors can use a format of their choosing. 2. Risk Management - The offeror shall provide an approach to manage and mitigate project risk. 3. Cost Management - The offeror shall provide a description of its approach to tracking the implementation progress through Earned Value Management (EVM). 4. Scope Management - The offeror shall include a description of its approach for managing project requirements. 5. Document Management - The proposal shall include a description of its approach for document management. 6. Configuration management - The offeror shall include its governance structure, change request support and configuration management activities. 7. Change Management - The offeror shall include a description of its approach for change management 8. Transition Management - The proposal shall include an approach for transitioning from the existing system and business processes to the offeror's proposed solution. 9. Training - The offeror shall provide a description of the intended training delivery approach and training materials. 10. Subcontracting Plan - When subcontracting opportunities are appropriate, the proposal shall include a plan for using and managing subcontractors for small, small Disadvantaged, women-owned small concerns and HUB/Zone businesses. 11. RRB responsibilities - Offerors shall provide an explanation of the dependencies or resources they require of the RRB in their plan to provide the required services. iii. The proposal shall identify the offeror's problem resolution plan, with a focus on sustainment and recovery of total system functionality. iv. The offeror shall provide an implementation staffing plan for key personnel with the below elements. The offeror should propose their most qualified personnel based on past experience successfully performing similar projects.proposal shall identify the end. 1. Detailed resumes describing the qualifications of staff that would perform the services required under this contract. Résumés submitted with the Technical Proposal shall describe, in detail, all capabilities, education, certifications and experience pertinent to the work required by this solicitation. Résumés shall be provided in an appendix to the offeror's response. 2. A discussion of the contractor's of the contract staffing commitments including the names of the personnel who will perform, and assist in the performance of project tasks as well as percent of time they will be committed to the implementation portion of the contract. Offerors shall provide letters of commitment for key personnel. c. Hosting and Application Services i. The proposal shall include a description of the hosting, operations and maintenance solution, to include system capacity and scalability, system availability and reliability, and software patches/upgrades/enhancements. If applicable, the offeror shall include a proposed approach for providing optional hosted services, including, but not limited to, supplemental services and report preparation. ii. Offerors will describe provider and RRB roles and responsibilities regarding data ownership, including maintaining and updating vendor files, system access, chart of accounts, and all other data used in FMIS. The offeror shall describe the method for transitioning data back in house or to another provider, on demand or in the case of contract termination for any reason. iii. Offerors shall complete the Due Diligence Checklist, Attachment 7. iv. Offerors shall submit their most recent SSAE 16/SAS 70. v. Offerors shall describe their Continuity of Operations and Disaster Recovery Plan vi. Offeror shall complete the Certification of EIT Accessibility, Attachment 9. vii. The offer shall provide a post implementation staffing plan for key personnel and non key personnel with the elements identified in section 1.b.iv above. The offeror should propose their most qualified personnel based on past experience successfully performing similar projects. viii. The RRB has provided minimum sample QASP/SL terms in Attachment 2 that cover implementation services and post implementation support. Offerors shall complete the QASP/SL document provided by proposing measures/metrics where indicated. Additionally, offerors shall include their own implementation and post implementation agreements where they deem it appropriate. All proposed SLAs shall align with the performance requirements identified in the SOW and RRB System Requirements, Attachment 1. 1. Offerors shall include their aggregate performance metrics for FY11. ix. Offerors shall provide a description of the optional hosting services available to the RRB as described in section 3.11 above. 2. Past Performance. Each offeror shall complete: a. Contractor Past Performance History, in Attachment 3, includes questions as to the offeror's historical client information.b. Contractor Past Performance References, in Attachment 4, includes questions as to the qualifications and experience of the offeror to perform the services required in the RFP. The offeror shall identify a minimum of five contracts and/or subcontracts completed in the past three years with large and small federal agencies. c. Past Performance Questionnaires (PPQ), in Attachment 5, shall be submitted from each reference and will be used to collect performance information about the offeror from existing and prior clients. Offeror shall provide a minimum of five (5) references. A follow up conference call may be scheduled with the references post PPQ completion. References other than those identified by the offeror may be contacted by the Government with the information received used in the evaluation of the offeror's past performance. Business Proposal. The Business Proposal submitted in response to this solicitation shall consist of the following documents:1. SF-1449- Block Nos. 12, 17a, 17b, 30a, 30b, and 30c shall be completed by the offeror. Block No. 30a shall be signed and that signature shall signify that the offeror has read and has agreed to comply, subject to the Clauses and Provisions section of the RFP, with all of the conditions, terms and instructions included or incorporated by reference in this solicitation. 2. Supplies or Services and Prices/Costs Offerors shall complete the RRB Financial System Cost Estimate Worksheet, Attachment 6. Offerors are encouraged to provide discounts. Migration task costs have time and materials and fixed price components. Hosting services are fixed price. The optional hosted services are time and materials. 3. Contractor's completed Business information outlined in Section 1.5. 4. Other information the contractor determines appropriate and relevant to the evaluation team. 6.0 Evaluation Criteria. The RRB will consider all responsive bids as part of its best value determination. The order of importance for the evaluation criteria is as follows: Technical/Management Approaches, Past Performance, and Cost. Should a Federal SSP be selected RRB will enter into an intergovernmental agreement. The RRB reserves the right to award without further discussions on the original submission of technical and cost information. As discussed above, offerors are instructed to provide complete technical proposal data, and commensurate prices/pricing in support of Mandatory CLINS one (1) thru three (3), and Optional CLINS four (4) thru twelve (12). Failure to comply completely with this requirement will render an offerors proposal in non-conformance with the terms and conditions of the solicitation, and the proposal will not be considered for further evaluation. Offerors should ensure accuracy and completeness in their initial proposal submission. Initial evaluation scores will be developed from a review of written proposals based on the following criteria: I. Technical/Management Approach. a. Software - The RRB will evaluate the proposed financial management solution's ability to meet the mandatory and value-added requirements based on information provided in Attachment 1. The RRB will evaluate software demonstrations/presentations of those vendors determined to be in the competitive range. Further, the RRB will evaluate the offeror's proposed approach for automated data sharing and interface integrations with external providers, RRB programs and applications. b. Implementation and Migration - The RRB will evaluate the degree to which the offeror identifies major tasks and resources required to implement the proposed solution, conveys an understanding of the management and technical complexities of the migration effort, and defines a clear approach to minimize risk. The RRB will evaluate the offeror's problem resolution plan and overall client support operations. The RRB considers sustainment and recovery of total system functionality to be extremely important. The RRB will evaluate responses with consideration of a sound comprehensive approach to manage the services to be delivered and a sound comprehensive approach to manage the migration of existing services to the contractor's product. The RRB will evaluate training materials and proposed training delivery. The RRB will evaluate key management and technical experts, identified for both implementation and post implementation services, with experience managing and leading similar projects. c. Hosting and Application Services - The RRB will evaluate the offeror's ability to host, operate, and maintain their proposed solution. The evaluation will consider the offeror's proposed application hosting environment, technical support, ongoing operations, maintenance and security. The RRB will evaluate the offeror's ability to provide optional services, including but not limited to, supplemental services and report preparation. The RRB will evaluate the offeror's problem resolution plan and overall client support operations. The RRB considers sustainment and recovery of total system functionality to be extremely important. The RRB will evaluate the offeror's performance measurement approach, including the proposed approach to earned value management (EVM) and quality assurance, to assess its ability to successfully manage the technical and financial aspects of implementation and migration. The RRB will also evaluate the offeror's post implementation service level agreements, to assess its ability to successfully manage the technical aspects of the project. The RRB will evaluate key management and technical experts, identified for both implementation and post implementation services, with experience managing and leading similar projects. II. Past Performance - The RRB will evaluate the offeror's past performance for 1) system implementation and 2) hosting and application services to determine the degree to which the past performance demonstrates the offeror's ability to successfully perform the requirements of this SOW. It is highly desired that the offeror demonstrate a record of relevant past performance with Federal agencies of similar size, performance and transaction volumes to the RRB. The RRB may contact, as appropriate, any one or all of the five, federal agency or other public sector references responding to the PPQ, as federal agency past performance/references will receive higher weighting/rating than other sources. III. Cost - The RRB will use cost/price proposals in determining the best value and therefore offeror's initial offer should contain the best terms. The offeror's pricing proposal must be clear on the services/options included in their offer and their associated pricing. 6.1 Initial Evaluation to Determine Competitive Range. The RRB shall perform an intial evaluation as stated above to determine which proposals are considered to be responsive and appear to meet the mandatory and optional FMIS requirements. Offerors are instructed to provide complete technical proposal data, and commensurate prices/pricing in support of Mandatory CLINS one (1) thru three (3), and Optional CLINS four (4) thru twelve (12). Failure to comply completely with this requirement will render an offerors proposal in non-conformance with the terms and conditions of the solicitation, and the proposal will not be considered for further evaluation. The Contracting Officer will determine which proposals should be included in the competitive range based on the initial technical and business evaluation conducted by the RRB evaluation team. Offerors whose proposals are determined to be nonresponsive or are not selected for the competive range will be notified in writing by the RRB as soon as possible after the competitive range determination has been made. 6.2 Competitive Range Evaluation. Those offerors whose proposals have been determined to be in the competitive range will be notified as soon as possible by the RRB once the decision has been made by the CO. The offerors in the competitive range will be requested to provide a system demonstration and oral presentation covering specific functionalities and requirements of FMIS. The offerors will also be given the opportunity to respond to additional questions from the RRB evaluation team regarding their offered solution to meet the FMIS requirements as well as submit a Final Proposal Revision addressing associated changes to their business or technical proposals based on the RRB's questions. The RRB evaluation team will evaluate the system demonstration, oral presentation and FPR submitted by the offerors to determine which offeror's proposal best meets the requirements for FMIS. 6.3 General Evaluation and Award Information. a. To be considered responsive to this requirement, the offeror must comply with the format and content specified. Offerors whose proposals are deemed deficient in this regard may be permitted, at the RRB's discretion, to remedy the deficiency by submitting additional clarifying or supplemental information.b. Proposals will be first reviewed for content conformance to proposal preparation instructions. Proposals which are so deficient in these areas as to not warrant further consideration will be rejected and the offeror will be so notified. c. Responsive proposals will be evaluated to determine the relative technical merit of each response. Accordingly, the objective of this technical evaluation is to measure the extent to which proposals meet the requirements as stated in the Statement of Work. d. The Government will evaluate the proposals received and award a contract, subject to the availability of funds, to the responsible offeror whose offer conforming to the solicitation is the Best Value to the Government, price and other factors (including Technical/Management Approach, Past Performance, and value-added characteristics) considered. NOTE: In conducting an impartial and comprehensive price evaluation to determine fair and reasonable prices, the Government may apply various price analysis techniques to confirm the validity of prices proposed, including the application of price reasonableness, price realism, and best value judgment. 7.0 Attachments. (See attached documents) Attachment 1: RRB System Requirements Attachment 2: Quality Assurance Surveillance Plan Attachment 3: Contractor Past Performance History Attachment 4: Contractor Past Performance References Attachment 5: Past Performance Questionnaire Attachment 6: RRB Financial System Cost Estimate Worksheet Attachment 7: Due Diligence Checklist Attachment 8: Notification of PIV Requirements Attachment 9: Certification of EIT Accessibility 8.0 Exhibits (See attached documents) 1. Medical Exam and Consultative Opinions a. Baseline Purchase Order b. Keystroke Emulator Examples See the Attached RFP RRB12R004 Word Document For the Appendix Documents
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/RRB/BSS/PD/RRB12R004/listing.html)
- Place of Performance
- Address: 844 N. Rush St., Chicago, Illinois, 60611, United States
- Zip Code: 60611
- Zip Code: 60611
- Record
- SN02761921-W 20120602/120531235005-19e80c932b5faed7b8a3edec00929663 (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 |