COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4, 2001 PSA #2928
SOLICITATIONS
D -- CONSULTANT SUPPORT FOR RADIO BEACON WAREHOUSE MANAGEMENT CONTROL SYSTEM
- Notice Date
- August 30, 2001
- Contracting Office
- Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
- ZIP Code
- 21207-5279
- Solicitation Number
- SSA-RFQ-01-0453
- Response Due
- September 10, 2001
- Point of Contact
- Madeline Tims, Contract Specialist, Phone 410-965-9488, Fax 410-966-5982, Email madeline.tims@ssa.gov
- Description
- The Social Security Administration (SSA) intends to negotiate solely with Radio Beacon, Inc., 120 Eglinton E 300, Toronto, Ontario M4P 1E2 to acquire consultant support services to develop an internet ordering system to order forms, publications and pamphlets from SSA?s Internet site and interface the ordering process with the agency?s existing warehouse management control system (WMCS), plus integrate with other inventory management and intranet supply ordering modules. Radio Beacon developed the WMCS and possesses the proprietary source code that must be modified to provide the ordering capability. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 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 IS THE ONLY ANNOUNCEMENT. A WRITTEN REQUEST FOR QUOTATION WILL NOT BE ISSUED. This procurement is being conducted as a simplified acquisition in accordance with FAR Part 13. The NAICS is 334661 and the SIC is 7372 for this requirement. The small business size standard is $18 million. This Request for Quotation, SSA-RFQ-01-0453 and the incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. BACKGROUND: This is a follow-on to a previous contract. Radio Beacon is the only known vendor capable of providing this resource. A fixed-price, sole source award pursuant to FAR PART 13.5 Simplified Acquisition-Test Program for Certain Commercial Items shall be issued for the requirements requested herein. The current Radio Beacon Warehouse Management Control System will be extended to include web site pages for public ordering of SSA authorized documents. End-users will be able to register with their name, occupation and addresses. Registered users from acceptable addresses will be able to order SSA authorized documents up to a pre-set quantity per period. The web site shall consist of up to four linked pages developed to match the look and feel of the rest of the SSA web site. The order generated from the Internet must be integrated with the Radio Beacon Warehouse Management Control System. REQUIREMENTS: The contractor shall provide the services in accordance with the following requirements: (1) Each of the orderable form/pamphlet/publication shall have an added link (an icon) to add the product to an ordering session based shopping cart; (2) A running tally of the shopping cart contents shall be displayed at the top of the page; the quantities of the cart contents shall be initialized to 1 and modifiable to whatever quantity limits SSA requires; (3) A ?checkout? button shall be added to the top of the page in the form of an image or a bilingual text link; (4) When the ?checkout? button is clicked, a ?shipping information? form shall be displayed to collect name and address information; (5) A ?rules? script shall be developed to enforce limitations that the customer and selected products must meet in order to be successfully submitted; (6) The text on the pages shall be table driven and potentially in the language of the end-user (SSA to maintain text and language translations). Contractor shall provide the capability for English and Spanish languages; (7) Utilities shall be provided to assist in maintaining the tables for text translations, authorized products, maintaining limits per item per order, limits per item per period, and length of the period; (8) The shopping cart shall create an order, and submit it to the WMCS for processing; (9) Submitting validated shipping information shall trigger a script, which will parse the form and create an e-mail or other message to WMCS (inside the firewall); (10) The contractor shall provide a customized server to process these messages, create the orders in RADIO BEACON format, and send a confirmation email message back to the customer; (11) The software shall comply with the requirements of section 508 and pass SSA?s acceptance testing using the appropriate assistive devices; (12) The contractor solution shall provide for 500 simultaneous users; (13) The contractor shall allow for 2500 stock keeping units accessible on-line; (14) The contractor shall extend the number of concurrent Warehouse Management Control System (WMCS) users to 500; (15) Contractor shall provide training for 6 SSA staff responsible for maintaining and managing the application. Training will take place at SSA during the second stage of the deliverables schedule. A complete set of user, installation and, maintenance documentation will be provided; and (16) Contractor shall provide one set of printed user, installation, and maintenance documentation.=20 DELIVERY: To the Social Security Administration, Receiving Clerk, 6301 Security Boulevard, Baltimore, Maryland 21235. ADDITIONAL INFORMATION: 1) A partial quote will not be accepted; 2) identify labor categories, hourly rates and total amount ; and 3)provide a copy of commercial price list; Request for Quotation (RFQ) INSTRUCTIONS: The following provisions at FAR Subpart 52.212-1 Instructions to Offerors?Commercial, (tailored) apply to this acquisition: (a),(b)1 through (b)9,(b)11,(c),(f),and (g). There are no addenda to these provisions. The provisions at FAR Subpart 52.212-2 Evaluation?Commercial Items apply to this acquisition. The Government will award to the responsible offeror whose offer meets the requirements in this RFQ at the lowest cost to the Government. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Offerors must include a copy of the provision at FAR Part 52.212-3, Offeror Representations and Certifications?Commercial Items, with their offer. The representation and certifications can be found at website -- www.ssa.gov/oag/oag2.htm. The provisions at FAR Subpart 52.212-4, Contract Terms and Conditions?Commercial Items, apply to this acquisition. There are no addenda to these provisions. The following provision at FAR Subpart 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (tailored), apply to this acquisition: (a)(1), (a)(2), (b)(1),(b)(11) through (b)(15, and (b)(23). The development solution must meet Section 508 compliance -- Sections 1194.21 (Software Applications and Operating Systems); 1194.22 (Web-Based Internet Information and Applications); and 1194.41 (Information, Documentation, and Support). Note- the electronic and information technology must be compatible with JAWS for NT2000 screen reading software. A complete description of the software can be found on the Freedom Scientific web site at www.hj.com. A free demo version can be downloaded for testing at http://www.hj.com/JAWS/JAWS37DemoOp.htm. The Security Suitability Level is 1C Low Risk for this requirement. The appropriate security forms and non-disclosure certification(s) will be provided upon award and must be completed prior to the project start date. Note 22. Responses must be submitted to the Government Contract Specialist by 3:00p.m. EST Wednesday, September 10 , 2001 (no exceptions). =20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-01-0453/listing.html)
- Record
- Loren Data Corp. 20010904/DSOL006.HTM (D-242 SN50W488)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on August 30, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|