Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2013 FBO #4311
DOCUMENT

70 -- SMG PMO Content Asset Framework - Attachment

Notice Date
9/11/2013
 
Notice Type
Attachment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;Acquisition Service DC;Office of Acquisition Operations (003B));810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10113Q0236
 
Response Due
9/16/2013
 
Archive Date
10/1/2013
 
Point of Contact
Christian Fowler
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in the Federal Acquisition Regulation (FAR) 12.603, Streamlined Solicitation for Commercial Items and FAR Subpart, 13.106, Simplified Acquisition Procedure. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Department of Veteran Affairs (VA) RFQ solicitation number is: VA101-13-Q-0236 and is solicited for Small Business set-aside. This solicitation document incorporates all mandatory commercial item provisions and clauses in effect through Federal Acquisition Circular 2005-66; Effective 3 September 2013. The associated North American Industrial Classification System (NAICS) code is 511210 and Product Service Code of category 7030: ADP Software and the small business size standard is $35.5 million. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at either: http://farsite.hill.af.mil/ or http://www.acquisition.gov/far/. The VA intends to award one Firm Fixed Price purchase order on the basis of lowest price, technically acceptable (LPTA) in accordance with the specifications of the item requested. The proposed purchase order is for a brand name or equal product. The brand name, manufacturer, and salient characteristics of the product are: Processes on Demand from BOT International (see detailed description below). FAR 52.211-6 - Brand Name or Equal is hereby incorporated below. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products. The product that meets the Government's requirement is Processes on Demand from BOT International. The tool must be either this brand name or equal. The features and functionality of Processes on Demand include: 1.Processes and templates for project management (PMBOK and SDLC) a.Process narrations b.Visual workflows c.Step guidance d.Easy to use and well formatted templates, forms, and checklists 2.Policies and dashboards a.Executive dashboards for top project status and information i.Status view ii.Gantt (schedule) view iii.Cost view iv.Risk view v.Dashboard Policy b.Organizational policies i.Project type and size guidelines ii.Team site and document management guidelines iii.PMO dash boarding guidelines c.Learning resources i.PMO training presentations ii.PMP certification prep - 35 hours of multi-media training presentations d.Supporting information and resources i.Sarbanes-Oxley compliance guidelines ii.Other information, help, and support 3.Features for integration to customer infrastructure and applications a.A company IT or PMO intranet b.Project management applications such as Microsoft Project Server, or equivalents c.Collaboration and document management such as Microsoft SharePoint, or equivalents i.PMO Teamsite ii.Project Teamsites iii.Document Folders 4.Features for administration a.Cascading Style Sheet (CSS) b.Page layout templates c.Library items d.Template update macros e.Process Builder module for documenting and rendering new processes Background: The Department of Veterans Affairs (DVA) is undertaking a significant effort to improve the effectiveness and performance of the VA's Human Resources functions. The Human Capital Investment Plan (HCIP) is a human resource management transformational initiative to develop DVA's workforce. As part the HR&A Strategic Management Group (SMG) strategy to implement a capabilities-based, distributed competency Program Management Office (DCPMO) service and support structure for HCIP, SMG identified the requirement for a content asset body of knowledge resource comprised of scalable, standardized project and acquisition management processes. This requirement seeks to establish an automated tool that will provide complete and auditable processes, guides, templates, dashboards, learning resources, and support of PMO information for program, project and acquisition management. In its end state, this resource will be a fundamental part of the SMG Acquisition Program Lifecycle Support Guide. Scope: HR&A, SMG requires a content asset body of knowledge tool to provide a standardized department-wide documented process for managing projects by providing oversight of project and acquisition management processes. The tool shall be a Commercial off the Shelf (COTS) product to manage HCIP Initiatives in a more deliberate and proactive manner. The tool needs to accomplish the following: 1.Standardization of processes and artifacts required of work performed in support of HCIP Initiative across the Deputy Assistant Secretary (DAS) Program Offices 2.Improved ability to deliver on time, on budget, and with quality, 3.Improved productivity through collaboration and improved management of required artifacts. Requirements: This requirement is for a tool, for management of the projects and programs, that contain a content asset body of knowledge resource comprised of scalable, standardized project and acquisition management processes by project type and size. The tool shall provide complete and auditable processes, guides, templates, dashboards, learning resources, and support of PMO information for program, project and acquisition management. It shall support documented processes for managing projects; keep all PMO content assets in one location; function with existing Information Technology (IT) infrastructure, such as SharePoint. The tool must be suitable to be maintained by a nontechnical administrator. The tool shall include the following functionality and capabilities: 1.Must be a COTS product. 2.Must provide customizable PMBOK compliant project management templates, processes/process map to assist project managers. 3.Must provide scalable processes to meet large and small project needs. 4.Must provide a user-friendly format linking templates, processes and process map, and help text (detailed descriptions). 5.Must provide audio or online project management and PMP prep training. 6.Must provide an enterprise license for unlimited users. 7.Must provide installation support and ongoing customer service. 8.Cost effective. If providing an "equal" item, please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.211-6 Brand Name or Equal is hereby included: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in this combined synopsis/solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision). Delivery is F.O.B. Destination to 1100 1st Street NE, 2nd Floor; Cube # 211F, Washington, DC 20002; 10 days after the receipt of the executed purchase order. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. All quotes shall include a firm fixed price, confirmation of required delivery timeframe for the item, a point of contact: name, phone number & email, Cage Code, Duns # and GSA contract number if applicable, business size, and payment terms (Net 30). Quotes over 10 pages in total will not be accepted and must be submitted electronically to the solicitation POC, Mr. Christian Fowler by the solicitation end date and time. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this solicitation are due by 8:00 a.m. EDT on Monday, September 16, 2013. Quotes shall be emailed to christian.fowler@va.gov, Attn: Mr. Christian Fowler. Reference RFQ: VA101-13-Q-0236 on your quote. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency in accordance with this solicitation. Offeror(s) must be registered in the System for Award Management (SAM) database to be considered for award. Registration can be completed on-line at https://www.sam.gov/portal/public/SAM/. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management (Jul 2013); 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012); 52.212-3 Offeror Representations and Certifications -Commercial Items (Aug 2013). The offeror must complete and return Offeror Representations and Certifications-Commercial Items, if the information is not provided in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ ; 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2013); Within 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sep 2013), the following clauses apply and are incorporated by reference: (a)(2); (b)(4,12,16,23,27,39,42,&48); 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013) The following Veteran Affairs FAR Supplement (VAARS) provisions and clauses apply to this solicitation and are incorporated by reference: VAAR 852.232-70 Electronic Submission of Payment Request (NOV 2012); VAAR 852.237-70 Contractor Responsibilities (APR 1984); VAAR 852.252-71, Representatives of Contracting Officers (JAN 2008); and VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008). Questions: Due to the urgency of this requirement, questions will not be accepted. POC: The points of contact for this solicitation is: Christian Fowler, Team Lead email: Christian.Fowler@va.gov. NOTE: Communication with other officials may compromise the integrity and competitiveness of this acquisition, which could result in the cancellation of the solicitation and/or exclusion of your quotation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA10113Q0236/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-13-Q-0236 VA101-13-Q-0236.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=998305&FileName=VA101-13-Q-0236-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=998305&FileName=VA101-13-Q-0236-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03184249-W 20130913/130912000145-788894472d6dba7af8d2e5c48d1871eb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.