SOURCES SOUGHT
D -- Planned Software Enhancements to Government Printing Office Job Tracking System
- Notice Date
- 8/13/2012
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 12300 Twinbrook Parkway, Rockville, Maryland, 20852-2738, United States
- ZIP Code
- 20852-2738
- Solicitation Number
- NRC-HQ-12-R-10-0141
- Archive Date
- 9/7/2012
- Point of Contact
- Jerry Purcell, Phone: 3014923625
- E-Mail Address
-
jerry.purcell@nrc.gov
(jerry.purcell@nrc.gov)
- Small Business Set-Aside
- N/A
- Description
- BACKGROUND: This is a request for information. The U.S. Nuclear Regulatory Commission (NRC) is conducting market research to determine the availability of responsible commercial entities that are able to provide the NRC with a software solution and assess its capabilities. REQUIREMENT: The U.S. Nuclear Regulatory Commission's Office of Administration seeks to determine the availability and technical capabilities of qualified sources interested and capable of providing software solution that can meet or exceed the following requirements: • Web-based and capable of being implemented in a FISMA compliant manner; • Compatible with both Windows XP and Windows7 operating systems; • Capable of generating GPO forms; • Capable of storing data to generate and print monthly reports; • Capable of storing estimated cost data; • Download and track billing of GPO OPAC invoices; and • Track NRC internal office usage. The software solution shall generate the following GPO forms. All forms generated shall be the most current version utilized by GPO, must be able to be stored, updated, copied, and used in another print order. GPO Form SF-1 - Printing and Binding Requisition • Assign next agency requisition number in sequence; • Populate static agency fields; • Populate text and cover stock requirements with the use of dropdown menus; • Capability of filling in the balance on the form, using check boxes or open fields for keying in information; • Populate distribution portion of the form (20 minimum distribution patterns) with the use of dropdown menus; and • Print required copies of the form. GPO Form 2511 - Print Order • Store contractor information for a minimum of 20 GPO term contracts; • Populate static agency and contractor fields; • Assign next print order number in sequence for each of the various term contracts; • Populate text and cover stock requirements with the use of dropdown menus; • Populate distribution portion of the form (20 minimum distribution patterns) with the use of dropdown menus; • Capability of filling in the balance of the form, using check boxes or open fields for keying in information; and • Print out 8 copies of the form, each with an individual copy designation. GPO Form 4044 - Simplified Purchase Agreement Work Order Form • Store contractor information for a minimum of 25 GPO contracts; • Populate static agency and contractor fields; • Assign next print order number in sequence for each of the various term contracts; • Populate text and cover stock requirements with the use of dropdown menus; • Capability of filling in the balance of the form using check boxes or open fields for keying in information; • Populate distribution portion of the form (20 minimum distribution patterns) with the use of dropdown menus; and • Print out required copies of the form. For each GPO form generated, the following information shall be recorded, and utilized to run requested reports: • Program Office (populated by dropdown menu) • Job Type (populated by dropdown menu) • Requester • Date Received from Requester • Date Sent to Contractor • Date Delivered by Contractor • Printing Specialist (populated by dropdown menu) • Estimate Data for reports shall be segmented into Fiscal Year (FY) and term contract number. Each SF-1 form and 4044 form are considered term contracts. Examples of reports currently used are as follows: • Monthly Reports (include usage for all printing programs): 1) GPO Req Number 2) Print Order Number 3) Job Type 4) Title of Print Job 5) Number of Pages 6) Copies 7) Estimated Cost 8) Date of PO 9) Date Due 10) Date Delivered 11) Originator 12) Printing Specialist • Year to Date by FY Reports (include usage for all printing programs): 1) GPO Req Number 2) Print Order Number 3) Job Type 4) Title of Print Job 5) Number of Pages 6) NRC Copies 7) Estimated Cost 8) Date of PO 9) Date Due 10) Date Delivered 11) Originator 12) GPO Bill Number 13) GPO Bill Amount 14) Printing Specialist • Monthly Dollars Spent by Office Reports: 1) Office 2) Total Amount Spent 3) NUREG Dollars Spent 4) Total Number of Jobs 5) Total Units • FY to Date Total Dollars Spent by Office Reports: 1) Office 2) Total Amount Spent 3) NUREG Dollars Spent 4) Total Number of Jobs 5) Total Units • Monthly Dollars Spent by Job Type Reports: 1) Job Type 2) Total Number of Jobs 3) Total Units 4) Total Amount Spent • FY to Date Dollars Spent by Job Type Reports: 1) Job Type 2) Total Number of Jobs 3) Total Units 4) Total Amount Spent • Monthly Dollars Spent by Printing Program Reports: 1) Program 2) Total Number of Jobs 3) Total Units 4) Total Amount Spent • FY to Date Dollars Spent by Printing Program Reports: 1) Program 2) Total Number of Jobs 3) Total Units 4) Total Amount Spent The system solution shall have the capability for updates of: static information as needed; contractor information as term contracts are renegotiated; agency information (as reorganizations occur); and resetting of print order counters. In addition, the system shall allow users to log on using their LAN ID and a unique password of 4 numbers. The system shall allow for at least 2 administrators, who will have to authority to assign full system rights (read, write, reports, delete, etc.), or read only rights to users. The software solution must have the ability to back-fill 10 years of archived data. INSTRUCTIONS TO RESPONDENTS: If your organization has the technical capability and capacity to provide a software solution that meets the above requirement, then please submit a capability statement and provide written responses to the following information: 1. Organization name, address, email address, Internet site address and telephone number. 2. What size is your organization with respect to NAICS code 511210 (i.e. "small" or "other than small")? If your organization is a small business under the aforementioned NAICS code, what type of small business (i.e. small disadvantaged business, woman-owned small business, economically disadvantaged woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business, 8(a), or HUBZone small business? Specify all that apply. 3. Does your organization have experience providing software that meets the above requirements? If so, please list and describe those contracts (contract number, contract type, contract value, description of supplies and services included in the scope, period of performance, etc.) and indicate your organization's role (prime contractor, first tier subcontractor, lower tier subcontractor). 4. Indicate whether your company has had any organizational conflicts of interest in performing work for NRC in the past and, if so, how those conflicts were addressed. 5. Provide a completed voluntary product accessibility template (VPAT) that addresses the extent to which the referenced sofware solution meets section 508 standards. 6. Indicate whether the referenced sofware solution is available for ordering from existing Governmentwide acquisition contracts (GWACS) or GSA Federal Supply Schedule contracts and, if so, provide the contract number(s) under which the solution is currently available for ordering. 7. Provide commercial list price information or inofrmation from existing contract that shows the price for the referenced software solution. Responses to this notice shall be submitted so that they are received at jerry.purcell@nrc.gov, with a courtesy copy to joseph.widdup@nrc.gov, no later than the closing date of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/NRC-HQ-12-R-10-0141/listing.html)
- Place of Performance
- Address: U.S. Nuclear Regulatory Commission, Rockville, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN02837292-W 20120815/120814000451-4b8b31fa358d6c99c54bb5393642ddd1 (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 |