federal maritime comission

Upload: lorena-luna

Post on 07-Apr-2018

218 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/6/2019 Federal Maritime Comission

    1/52

    i

    FEDERAL MARITIME COMMISSIONWASHINGTON, DC 20573

    Date: August 9, 2011

    TO: GSA Schedule Holders

    Subject: Request for Quote (RFQ) RFQ-FMC-11-0004 IT Services

    Dear GSA Schedule Contractor:

    The purpose of this RFQ is to acquire Information Technology Services for the Federal MaritimeCommission (FMC/Commission), Washington, D.C. In accordance with the guidelinesdiscussed below, the Commission requests that you provide a quote in response to this RFQ.

    Pursuant to Federal Acquisition Regulation Part 8, this is a RFQ issued to at least three GSAschedule contractors. Based upon its evaluation of quotes received in response to this RFQ, theCommission intends to issue a single five-year Blanket Purchase Agreement under which bothlabor hour and fixed-price orders may be placed. During performance of the BPA, the contractormay not exceed the hourly rates contained in the successful quote and resulting BPA. Inaddition, a Request for Proposal for the first task Order is also requested at this time. Detailedinstructions for preparing and submitting a quote and task order proposal are contained in theRFQ along with the criteria to be used by the Commission in evaluating quotes.

    The Federal Maritime Commission requests that pricing information submitted in your quoteinclude price reductions from your GSA schedule contract professional service fee and hourlylabor rates. The following is the point of contact for this RFQ:

    Peggy WrightContract Specialist

    Federal Maritime Commission800 North Capital St NW

    WASHINGTON, DC 20002(202) 523-5711

  • 8/6/2019 Federal Maritime Comission

    2/52

    ii

    The quotation shall not exceed the page limits outlined in Section IV. The font of the text inyour technical quotation must be 12 or larger. Questions concerning this RFQ must be submittedby e-mail to Peggy Wright no later than 5:00 p.m. August 17, 2011. All responses to thisrequest for quotation will be due no later than 3:00 p.m. Eastern Time on August 25, 2011 .Late responses will not be accepted.

    If you do not plan to respond to this RFQ, please advise Peggy Wright via e-mail [email protected] of your intent not to respond.

    The Federal Maritime Commission greatly appreciates your attention to this requirement.

    Sincerely,

    /Signed/

    Peggy WrightContract Specialist

    Enclosures

    mailto:[email protected]:[email protected]:[email protected]
  • 8/6/2019 Federal Maritime Comission

    3/52

    RFQ-FMC-11-0004

    Information Technology Services

    TABLE OF CONTENTS

    Section I: Statement of Work (SOW)

    Section II: Schedule of Services and Labor Rates

    Section III: Blanket Purchase Agreement (BPA) Administration Terms and Conditions

    Section IV: Instructions to Offerors

    Attachment 1: Sample Task Order

    Attachment 2: Sample Monthly Report

    Attachment 3: Non-Disclosure Agreement

  • 8/6/2019 Federal Maritime Comission

    4/52

    RFQ-FMC-11-0004

    2

    SECTION I

    STATEMENT OF WORK

    Information Technology Services

    1.0 Introduction

    1.1 Background

    As the regulatory agency responsible for the regulation of ocean borne transportation in theforeign commerce of the United States, The Federal Maritime Commission (FMC) relies on abroad range of technological tools to support its mission and provide services to both internal

    and external customers, the Executive Branch of the Federal Government, members of Congressand the general public.

    1.2 FMC Mission Statement

    To foster a fair, efficient and reliable international ocean transportation system and to protect thepublic from unfair and deceptive practices.

    2.0 Objective and Scope Of Work

    2.1 Objective

    The Federal Maritime Commission (FMC/Commission) intends to award a Blanket PurchaseAgreement to one or more GSA Schedule Contractors providing Information Technology (IT)Services. The objective of this BPA is to acquire specialized expertise and contract support inareas of operation and maintenance for all FMC IT systems, needs assessment to assist indeveloping its data and applications architecture and to execute and/or create applications tosupport its mission, development of enterprise application solution as needed. The Commission

    also generates a significant amount of document production requiring sophisticated storage andretrieval functions (e.g. collaboration, document management, workflow, reporting andanalytics) to manage the volume of electronic files and hard copy files. In addition, FMC isrequired to incorporate documents with its structured data and general data warehouse initiatives.FMC obtains significant data from commercial market sources, such as ocean common carriers

  • 8/6/2019 Federal Maritime Comission

    5/52

    RFQ-FMC-11-0004

    3

    and many other various government/private entities. FMC has many significant reportingrequirements related to its mission.

    The services covered under this BPA will include: strategy, governance, architecture, design,

    build, configuration, operations, integration, migration and maintenance of FMC existing andfuture systems.

    2.2 Scope of Work

    2.2.1 Work Description

    Information Technology is broadly defined as computing, telecommunications, and informationservices. The contractor shall support FMCs objectives in the following major functional areas,

    which are detailed in Section 3: Tasks.

    2.2.1.1 Information Technology Management Activities related to managementsupport of IT related policy development, strategic planning, enterprisearchitecture, capital planning and investment control, resource management,procurement actions, and special projects.

    2.2.1.2 Systems Development and Engineering Activities pertaining to softwaredevelopment support for all existing, planned, and future FMC IT systems.Typical duties include capturing user and business owner requirements;coordinating with appropriate departmental bureau personnel regarding enterprisearchitecture; identifying functional, security, and performance requirements;developing logical and physical database models; performing coding, testing,quality assurance, design, and program documentation; implementation; andmaintaining interoperability between future and existing hardware and softwareapplications. Software applications include, but are not limited to, webapplications, Commercial-Off-The-Shelf (COTS) integration, Government-off-theshelf (GOTS), and custom applications development.

    2.2.1.3 Operations Support Activities related to planning and implementingtelecommunications and information technology infrastructures; network administration which includes network access and security; server management;emergency preparedness planning; IT disaster recovery planning and execution;IT inventory control; audio, video, and web conferencing; application system

  • 8/6/2019 Federal Maritime Comission

    6/52

    RFQ-FMC-11-0004

    4

    administration; user support; workstation management; IT training and education;wireless services; and voice and data services.

    2.3

    The FMC is an independent agency responsible for the regulation of ocean borne transportationin the foreign commerce of the United States. The FMC administers the Shipping Act of 1984, asamended by Public Law 105-258 (The Ocean Shipping Reform Act of 1998), Section 19 of theMerchant Marine Act of 1930, the Foreign Shipping Practices Act of 1998 and Public Law No.89-777. More information can be found about FMC at www.fmc.gov.

    The FMC is comprised of five Commissioners, appointed for staggered five-year terms by thePresident, with the advice and consent of the Senate. The President designates one of the

    Commissioners to serve as Chairman. The Chairman is the chief executive and administrativeofficer of the Commission. For fiscal year 2011, the Commission is operating with 132 staff positions and a total requested appropriation of $25.5 million. Of this total, $18.5 million isallocated for personnel compensation and benefits. The majority of the Commission's personnelare located in Washington, DC with area representatives in New York, New Orleans, LosAngeles, Seattle, South Florida and Houston.

    The Commissions organizational units consist of: Office of the Managing Director (includingthe Offices of Human Resources, Budget and Finance, Management Services, InformationTechnology, and the Bureaus of Certification and Licensing, Enforcement, Trade Analysis,andthe Commissions Area Representatives); Office of the General Counsel; Office of the Secretary(including the Library); Office of Consumer Affairs and Dispute Resolution Services; Office of Administrative Law Judges; Office of Equal Employment Opportunity; and Office of theInspector General. While the majority of its personnel are located in Washington, D.C., theCommission has Area Representatives in Houston, Los Angeles, New Orleans, New York,Seattle, and South Florida.

    The Office of Information Technology (OIT) is responsible for a wide range of informationtechnology (IT) support to the programs and operations of the Commission. As such, OIT is

    responsible for ensuring that the Commission's IT program is administered in a mannerconsistent with applicable rules, regulations and guidelines. OIT plans, coordinates and directsmanagement of automated information systems. The Chief Information Officer (CIO) serves asthe Commission's Senior Information Manager. In addition, OIT is comprised of the SecurityOfficer, Network Engineer, and six IT Specialists.

    Organizational Landscape

  • 8/6/2019 Federal Maritime Comission

    7/52

    RFQ-FMC-11-0004

    5

    2.4

    The principles to be supported for the duration of the BPA are set forth in this PWS. Theseprinciples are not meant to be entirely definitive, but rather represent in summary the general

    areas to be supported by the contractor.

    The contractor shall incorporate these principles in the work outlined in Section 3: Tasks. Theseprinciples will guide the performance of all effort under the resulting contract.

    Major Principles

    2.4.1 Quality

    The Federal Government has mandated higher standard of quality through a series of initiatives(e.g. Clinger-Cohen Act, Government Performance and Results Act (GPRA), etc). To that end,

    the Government expects the contractor to propose and implement IT solutions that support thehighest level of quality. The contractor shall establish a quality element within its solution thatensures compliance with applicable Federal mandates, contractual performance standards, andindustry best practices. The contractor shall implement a Quality Control Plan (QCP) thatincludes, but not limited to, standard approaches toward quality such as the InternationalStandards Organization (ISO) and Systems Engineering Institute/Capability Maturity Model(SEI/CMM) processes.

    2.4.2 Documentation

    The contractor is responsible for the documentation of all efforts to include, but not limited to,contract provisions, network schematics, and any documentation associated with Section 3:Tasks . Requirements associated with documentation will be detailed at the task order level.

    2.4.3 Configuration Management and Control

    Configuration Management is the discipline of identifying all components and their relationshipsin a continually evolving system, taking into account relevant system interfaces, for the purposeof maintaining integrity, traceability, and control over change throughout the lifecycle. It is a

    disciplined process of technical and administrative direction for the identification anddocumentation of a systems functional and physical design requirements; the management of subsequent changes; and the verification of successful requirement implementation.

    FMC is continuously trying to align with evolving IT industry best practices, the changingapplication of IT in the workplace, and Federal mandates. The contractor shall assist FMC in the

  • 8/6/2019 Federal Maritime Comission

    8/52

    RFQ-FMC-11-0004

    6

    improvement of the Configuration Management process. The contractor shall participate in andsupport the change control process. The discipline of Configuration Management applies tomultiple tasks identified throughout Section 3: Tasks.

    2.4.4 Program/Project Management

    FMC requires high quality, systematic program/project management as a factor in theaccomplishment of planned program/project objectives and the realization of projected benefits.Project management has two tightly linked components, a business and a technical component.The business component focuses on project initiation and justification, project planning andcontrol, and project evaluation and closeout. The technical component deals with requirementsdefinition, technical design, acquisition or development, and testing, installation, and operationof hardware and software assets.

    The contractor shall be responsible for the day-to-day management of the project and deliveringthe means, methods, and resources to meet the contract end point requirements and theintermediate requirements that the COTR determined are value added and necessary to achieveproject success. This can be achieved by the contractor identifying project management toolsacceptable to the COTR. The contractor shall ensure a seamless operating environment at allcomponents of FMC throughout the lifecycle of this contract, including transition activities, if and when the contractor plans to introduce new technologies and functions.

    2.4.5 Certification and Accreditation

    The contractor shall comply with the Federal Information Security Management Act (FISMA)and National Institute of Standards and Technology (NIST) SP 800-37, Guidelines for theSecurity Certification and Accreditation of Federal Information Technology Systems.

    2.4.6 Reporting

    Reporting requirements shall be in accordance with the attached Status Report (Attachment 2) orother reporting tools as necessary . Reporting shall not be a separately priced line item but shall

    be included in the offerors fully-loaded labor rates as per the GSA Schedule.

    Individual reporting requirements below the BPA level will be established at the task level.Unless specifically noted elsewhere in the PWS, task level reporting requirements will beestablished and funded at the task level.

  • 8/6/2019 Federal Maritime Comission

    9/52

    RFQ-FMC-11-0004

    7

    3.0 Tasks

    The contractor shall provide enterprise IT support for FMC. The contractor shall perform work in response to FMC issued task orders. During the course of this BPA the contractor may be

    required to perform the requirements listed herein in accordance with the instructions as directedby individual task orders, which will determine requirements, adequacy, security, and reliability.The task areas that are included in this BPA are IT Management, Systems Development andEngineering, and IT Operations Support. The functions and activities include, but are not limitedto the following:

    - IT Managemento Policy Developmento Strategic Planningo

    Enterprise Architectureo Capital Planning &

    Investment Controlo Procurement Actionso Special Projects

    - Systems Development andEngineering

    o Application Development &Software Engineering

    o Database Administrationo Web-site

    Development/Maintenance

    - IT Operations Supporto IT Facilities Management &

    Physical Securityo

    Network Administration &Configurationo Firewall Management &

    Maintenanceo Server Administration &

    Configurationo Application Systems

    Administrationo Emergency Preparednesso Inventory Controlo Maintenance, Support, &

    Service AgreementsManagement

    o Audio, Video, and WebConferencing

    o User Support & WorkstationManagement

    o Voice & Data Services

    3.1 Information Technology Management

    The following provides examples of contractor responsibilities pertaining to IT Managementwithin the FMC organization. Specific details will be provided in individual task orders. In

  • 8/6/2019 Federal Maritime Comission

    10/52

    RFQ-FMC-11-0004

    8

    support of IT Management activities, the contractor shall comply with federal laws, regulations,and mandatory standards that pertain to Federal IT systems and data. IT Management tasks mayinclude, but are not limited to: Policy Development, Strategic Planning Enterprise Architecture,Capital Planning & Investment Control, Procurement Actions, and Special Projects.

    3.1.1 Policy Development

    Policy Development tasks may include, but not be limited to, assisting in the drafting andrecommendation for IT policy, directives, manuals, orders, procedures, SOPs, and guidelines, asrequired by individual task order, and submit for approval and dissemination. The contractormay be required to review, critique, and provide recommendations to draft policy, directives,manuals, orders, procedures, SOPs, and guidelines.

    3.1.2

    Strategic Planning

    Strategic Planning tasks may include, but are not limited to, providing input in the developmentof Agency and supporting IT Strategic Plans to include Program/Bureau offices and field offices.The contractor may be required to assist the Program Offices, Bureau Offices, and Field Officeswith efforts to develop and provide recommendations for implementation of an Agency-wideinformation architecture program and to develop guidelines and processes to ensure properintegration between the architecture, the Agencys IT investment management process, and itscyber security program.

    3.1.3 Enterprise Architecture

    Enterprise Architecture tasks may include, but are not limited to the creation, update, andsubmission of the EA to the FMC for approval in accordance with approved IT Strategy. Inaddition, contractor will be required to update IT standards accordingly. As required, thecontractor shall work within the Federal Enterprise Architecture reference models to ensurecross-agency analysis and the identification of duplicate investments, gaps, and opportunities forcollaboration within and across Federal Agencies. Additionally, EA activities may include, butare not limited to: promoting and implementing standard architectural practices; establishing an

    EA aligned with the Agencys strategic goals; facilitating an information exchange; ensuring theinteroperability of business practices, systems, and technologies; defining and implementing asystems development life-cycle; architectural assessments and governance; and providing aframework for systems modernization.

  • 8/6/2019 Federal Maritime Comission

    11/52

    RFQ-FMC-11-0004

    9

    3.1.4 Capital Planning and Investment Control

    Under Capital Planning and Investment Control, contractor may be required to perform ITcapital planning and investment control support activities in accordance with the IT Capital

    Planning Process. The contractor shall perform work as directed by task orders in response tobusiness needs to include, but not limited to, assisting the Program/Bureau offices and Fieldoffices with efforts to develop and execute program-wide or agency-wide IT capital planning, aswell as investment management guidelines and procedures. This task area requires thecontractor to possess knowledge of Government and industry best practices and provide expertconsultation. Support activities may include, but are not limited to, developing supportingdocumentation, fact-finding, cost analysis, efficiency studies, and workload modeling, that maycut costs across all activities.

    3.1.5

    Procurement Actions

    If issued a task order under Procurement Actions, contractor may be required to assist in theprocurement of IT products and services, to include but not limited to, hardware, software,firmware, materials, leases, Internet services, and licensing and maintenance agreements.Procurement activities may include, but are not limited to, researching products and services,recommending and validating specifications, developing the procurement package, and verifyingthe receipt of procured items.

    3.1.6 Special Projects

    Under Special Projects, the contractor may be required to provide expert assistance in aidingFMC when special projects arise. Examples of special projects include, but not limited to, E-Government, Public Key Infrastructure (PKI), Cloud Computing, and ad hoc projects as therequirements are identified by individual task orders

    3.2 Systems Design, Development, Engineering and Integration

    The following provides examples of contractor responsibilities pertaining to systemsdevelopment and engineering within FMC. The contractor shall provide expert consultation andperform work at the direction of the COTR in response to task orders. All software and systemchanges shall be approved by the COTR or other approval authorities as identified by individualtask order. Systems development and engineering tasks may include, but are not limited to,application development, software engineering activities, configuration management, database

  • 8/6/2019 Federal Maritime Comission

    12/52

    RFQ-FMC-11-0004

    10

    design, database development, database maintenance, website development, and websitemaintenance. The contractor shall develop and maintain a documentation and code library.Specific details shall be provided in individual task orders

    3.2.1 Application Development and Software Engineering

    Application Development and Software Engineering tasks include, but are not limited to, full lifecycle software engineering support to a wide variety of mission essential systems andapplications that support the day-to-day business functions of FMC; IT development and supportservices, to include modernization and enhancements, to various database applications and datawarehouses may be required; systems development or enhancement; and user training fordeveloped or modified applications.

    3.2.2 Database Administration

    FMC may issue task orders for the administration, maintenance, and monitoring of databasesystems which include, but not limited to, design, testing and implementation of the test andproduction databases in support of all major applications within FMC. Metrics and reports asmay be required and defined by the COTR on a task order basis.

    3.2.3 Website Development and Maintenance

    Website Development and Maintenance tasks include, but are not limited to, verification of hyperlinks, implementation of new technologies as they become available, and adherence toexisting Federal regulations (e.g. Section 508); administration and maintenance of existing websites including web-enabled databases within FMC; development, administration, andmaintenance of new websites within FMC as requested; responding to and implementing inter-agency and other Federal requests and mandates for changes to existing web sites. Thecontractor may be required to perform research and provide analysis regarding emergingtechnologies, defining and developing requirements (user and business), conducting testing,implementation, user training (on-site or remote), and database design and maintenance, whenapplicable.

    3.3 Information Technology Operations Support

    The following provides examples of contractor responsibilities pertaining to IT OperationsSupport within FMC. Specific task orders may require the contractor to be responsible for end-to-end operation of networks and IT assets, including, but not limited to: IT facilities

  • 8/6/2019 Federal Maritime Comission

    13/52

    RFQ-FMC-11-0004

    11

    management and IT physical security; network administration; firewall management andmaintenance; server administration; applications system administration; emergencypreparedness; inventory control; maintenance, support, and service agreement management;audio, video, and web conferencing; user support/ workstation management; and voice and data

    services.

    3.3.1 IT Facilities Management and IT Physical Security

    IT Facilities Management and IT Physical Security requires coordination with the Office of Management Services to provide IT facilities as appropriate for the various sites. Tasks mayinclude the development, implementation, and testing of backup and recovery strategies.Examples of areas to be considered include, but are not limited to, server rooms, switch closets,Local Area Networks (LAN) rooms, and Network Communication Centers. The contractor may

    be required to prepare, update, and maintain drawings of the various IT Facilities and otherfacilities for the purpose of configuration management, security, fire, safety, and physicalplanning. Additional tasks may include, but are not limited to, providing a common repositoryfor configuration management information on all hardware and telecommunications equipment ;providing analytical work including research and planning documents to support facilities work ;planning and coordination of non-emergency outages affecting service areas; maintaining bothphysical and logical drawings of the processors, peripheral equipment, and their connectivity;submission for approval of all IT related Configuration Change Proposals (CCP) with theappropriate personnel as identified by specific task orders. The contractor may also be requiredto perform administrative management support functions as directed by specific task orders.

    3.3.2 Network Administration

    Network Administration tasks include, but are not limited to, consulting with customers,gathering customer requirements, problem identification, capacity planning, network optimization and tuning, and meeting certification and accreditation requirements; providingidentity management of network access to authorized personnel; providing a secure environmentfor applications to reside; designing and implementing networks; providing remote access;providing network configuration management; establishing a testing environment; and

    installation, maintenance, repair, and upgrades of all hardware, firmware, software, andassociated equipment that is installed as part of the network within FMC as directed by specifictask orders.

  • 8/6/2019 Federal Maritime Comission

    14/52

    RFQ-FMC-11-0004

    12

    3.3.3 Firewall Management and Maintenance

    Firewall Management and Maintenance tasks may include, but are not limited to, engineering,architecture, management, planning, implementing, maintaining, repairing, upgrading,

    configuring, and documenting all firewalls to ensure FMCs confidentiality, integrity, security,availability, and authenticity through the Internet/Intranet. The contractor shall respond to cybersecurity needs and requirements, both emergent and as identified in the Cyber Security ProgramPlan (CSPP) and other directives/mandates.

    3.3.4 Server Administration

    If issued a task order for Server Administration, the contractor shall manage all production, test,and development servers. Server administration activities may include, but are not limited to,

    account management, monitoring and auditing system logs, backup and recovery, security,managing operating systems, email systems, and storage management. The contractor shall testand install operating system upgrades and patches in a timely manner consistent with securityand change control requirements. The contractor may be required to perform research andprovide analysis regarding emerging technologies, such as cloud computing, and implementthese technologies per the requirements of the task order.

    3.3.4.1 Server Installation, Maintenance, Repairs, and Upgrades

    This task area includes, but is not limited to, the complete installation, testing, problemdetermination, maintenance, repair, configuration, and documentation of all hardware,firmware, software, and associated equipment that is installed as part of a server.

    3.3.4.2 System Back-ups and Restorations

    Task area includes, but is not limited to, system back-ups, testing, and restorationfunctions to in accordance with FMC management directives and requirements for datarecovery or as specified by the COTR to ensure data availability.

    3.3.5 Application Systems Administration

    Tasks under Application Systems Administration include, but are not limited to: providingdatabase administration services; hosting the application and ancillary software on servers;providing adequate bandwidth and response time for users; and providing adequate network connections, and web access interfaces where required; testing and installation of application

  • 8/6/2019 Federal Maritime Comission

    15/52

    RFQ-FMC-11-0004

    13

    upgrades and patches in a timely manner consistent with change control requirements.Additional tasks include day to day operational processing and fixes in a manner which meetsthe COTR determined reliability requirements of the users, system uptime, and the businessneeds of the organization; access control and maintenance of access logs and rights and

    privileges for new or terminated employees within specified timeframes determined at the task order level.

    3.3.6 Emergency Preparedness

    If issued a task order under Emergency Preparedness, the contractor shall perform emergencypreparedness activities to include IT disaster recovery planning and execution and developmentof the IT Disaster and Recovery (DR) Plan.

    3.3.6.1 Disaster Recovery Planning and Execution

    Create, execute, obtain approval for, update, maintain, provide audit support, and test DRPlans for all major IT systems including general support systems and critical majorapplications as defined by individual task orders. Conduct and participate in testexercises as required by applicable Disaster Recovery Plans.

    3.3.6.2 Continuity of Operations

    Adopt existing and/or create COOP Plans. Execute, obtain approval, update, maintain,and test COOP for all major IT systems, including general support systems and majorapplications. Conduct and participate in test exercises for FMC DR site.

    3.3.7 Inventory Control

    In accordance with FMC standards, Inventory Control tasks may include, but are not limited to,the creation and maintenance of property management systems, policies, and procedures toensure that inventories of Government Furnished Property (GFP) are maintained and updated for

    all IT related items to include, but not limited to, hardware, software, licensing agreements,maintenance contracts, wireless devices, and spare parts in accordance with local policies andprocedures. The contractor shall identify excess GFP and support the COTR in its disposal inaccordance with federal laws, regulations, and mandatory standards.

    3.3.8 Maintenance, Support, and Service Agreements Management

  • 8/6/2019 Federal Maritime Comission

    16/52

    RFQ-FMC-11-0004

    14

    If issued a task order under Maintenance, Support, and Service Agreements Management, thecontractor shall manage maintenance and support agreements for hardware and software asspecified by specific task orders. The contractor shall support management of service

    agreements including, but not limited to, commercial or third party service providers, EnterpriseResource Planning (ERP), and pre-paid consulting services. Management activities include, butare not limited to, ensuring continuity of coverage; ensuring adequacy of coverage; ensuringagreement information is available, complete, and accurate; and analyzing cost effectiveness.

    3.3.9 Audio, Video, and Web Conferencing

    Audio, Video, and Web Conferencing tasks include, but are not limited to, maintenance for videoroom operations, systems design, engineering, installation for new and/or relocation of video

    systems equipment for FMC users. The contractor may be required to use both new and existinghardware and software packages as directed by the COTR.

    Additional tasks may include video production services, both recording and taping, as needed,and engineering and configuration management of video and streaming equipment withcommercial carrier as necessary for repair and new access requirements.

    3.3.10 User Support and Workstation Management

    If issued a task order under User Support and Workstation Management, the contractor shallperform user support and workstation management as described in the following subsections.

    3.3.10.1 User Support

    User support as defined at the task level may include, but not limited to, help bytelephone, remote control, and support at the desktop/problem area; supporting FMCrequirements for remote access; new user set-ups, account termination, the establishmentof e-mail and messaging accounts as well as telecommunication services; setup of

    peripheral/portable devices. Equipment identified for disposal shall be processed inaccordance Section 3.1.3.7: Inventory Control. Additional tasks may include problemresolution, management of desktop hardware and software assignments, and warrantyissues.

  • 8/6/2019 Federal Maritime Comission

    17/52

    RFQ-FMC-11-0004

    15

    3.3.10.2 Workstation Management

    Workstation management at the task order level may include, but not be limited to,planning, design, testing, implementation, deployment, administration, maintenance,

    repair, modification, final disposition, day to day operation, and upgrade to operatingsystems, software applications, and hardware utilized on user workstations. Additionaltasks may include PC adds, moves, and changes; client loads; central management andremote management of desktops; research, application, distribution, and documentationof desktop patches and service packs.

    3.3.11 Voice & Data Services

    Task orders under Voice & Data Services may require planning and coordination of the

    installation, maintenance, repair, upgrade, configuration, operation, and documentation of thevoice, fax, and data services, telephone switches and voice mail systems, E-911 systems, andVoice over IP (VOIP) systems. Additional tasks may include engineering design support,technician support, and project estimation support as well as infrastructure upgrades to software,firmware, and equipment.

    4.0 Performance Objectives and Measures

    Performance objectives and measures are indicators of effective performance, and set theminimum standard of work that contractors are expected to achieve in the performance of thisBPA and Task Orders.

    4.1 Quality Assurance Surveillance Plan (QASP)

    4.1.1 The COTR will summarize and document the contractors performance in the fourcategories listed below (evaluation based on meeting the requirements of this PWS, subsequenttask orders, and the contractor submitted Quality Assurance Plan).

    1. Quality of product/service2. Business relations3. Timeliness of performance4. Cost control

  • 8/6/2019 Federal Maritime Comission

    18/52

    RFQ-FMC-11-0004

    16

    4.1.2 Surveillance Method

    Surveillance for this BPA will include a combination of random inspection, 100% inspection,

    periodic surveillance, and customer feedback. The choice of the surveillance method type willbe detailed at the task order level.

    The government retains the right to inspect all requirements of the BPA and task order(s).Unacceptable performance will be recorded and the contractor shall be required to correct theunacceptable condition within a 24-hour time period. If the contractor does not correct theunacceptable condition within 24-hours, the COTR will notify the Contracting Officer who willtake appropriate administrative action for unacceptable performance. When an observationindicates defective performance, the COTR will require the contractor to initial the observation.The initialing of the observation does not constitute concurrence with the observation; it onlyindicates acknowledgment that the contractor has been made aware of a potentially defectiveperformance.

    The selected contractor(s) will establish in close collaboration with FMC/OIT, a process andtechnology Governance Model that will be used to manage implement and support the deliveryof solutions. The contractor(s) will utilize industry best practices, their experience, and pre-existing templates and frameworks to jump-start the development of the Governance Model.The contractor(s) will develop a Technical Architecture that defines how FMC existingtechnologies (Microsoft, Open-Text Live-Link Technologies) will be utilized in executing itsmission going forward. Included in this activity will be content management architecture.Contractor(s) will create a flexible and universal Taxonomy based on the technical architectureand the requirements.

    5.0 Task Orders and the Task Order Process

    All work to be performed under this BPA will commence with the issuance of task orders asrequirements within the scope of this BPA arise. This process will commence with the

    submission of a request for task order proposal submitted via e-mail to the contractor(s) by theContracting Officer. The request will specifically identify the Commission requirements for theproject as contained generally in a Statement Of Objectives (SOO) or specific requirementsoutlined in a Performance Work Statement (PWS); identify the project deadline including adetailed project schedule if one exists; and will state the date on which the Commission needs toreceive a response from the contractor for this requirement. The contractor will submit aresponse to the Contracting Officer or the cognizant Contract Specialist by the request due date

  • 8/6/2019 Federal Maritime Comission

    19/52

    RFQ-FMC-11-0004

    17

    for a task order proposal. The contractors response shall typically include a proposed projectplan; narrative describing the approach to meet the task order objective objectives and statementof how work will be accomplished; identify key personnel and any resources to be utilized; andinclude a detailed breakdown of pricing consistent with the rates established in the BPA. Upon

    submission of a proposal for the requirement by the contractor, the Commission will evaluate theproposal to ensure that all requirements have been met. Task orders will be in writing and willbe issued by the Contracting Officer.

    If utilizing a PWS, performance measurements shall be proposed in direct support of theobjectives. The individual task order will specify the compensation for meeting, exceeding orfailing to achieve the objective to which the parties have agreed. While it is expected that sometask orders may include a performance measurement or metric(s), it is recognized that other tasksmay not be appropriate for measurement and include a Statement of Work (SOW).

    All deliverables will be identified in individual task orders.

    Task orders will either be firm-fixed-price, or labor hour.

    The Government intends to award a single Blanket Purchasing Agreement (BPA) from thisRequest for Quote (RFQ), but reserves the right to make multiple awards. If multiple awards aremade, task orders may be issued competitively. If conducting task order competitions,competing BPA holders will be asked to identify any unique qualifications the firm may have toperform the work, and proposed reductions (if any) to the labor rates set forth in their respectiveBPAs. In some instances, FMC may require expedited responses from BPA holders so asperform work that is imminently needed. FMC will award to one or more competing BPAholders based on a best value determination, considering each offerors unique qualifications toperform the work, quality of prior work previously performed under the BPA (if applicable), andproposed pricing. Technical merit will be considered more important than price. After making abest value determination, FMC will notify the competing BPA holders of the task order awarddecision.

    Task Order Project Management Plans

    For each Task Order, the Contractor shall develop a Program Management Plan that will providea breakdown of work within tasks, key personnel, work assignments, time allocations, anddelivery schedule. This document shall be updated annually and will be required in the BaseYear of the lifecycle of this contract and in accordance with FMC policy. In addition, theContractor shall develop a Task Order Project Plan for each task order that will, at a minimum:

  • 8/6/2019 Federal Maritime Comission

    20/52

    RFQ-FMC-11-0004

    18

    Define specific major activities to be performed Establish a work schedule for the major activities Define work products that will be produced, and Establish milestones for formal deliverables.

    The contractor shall apply the generally accepted project management practices from theProgram Management Institute (PMI) to FMC efforts, including: scope management, schedulemanagement, staffing management, change management, financial management,communications management, risk management, quality management and procurementmanagement.

    Once the Task Order Project Plan is agreed to by both the Contractor and the Contracting Officer

    technical representative (COTR), changes to the Project Plan can only be made aftercoordination and joint agreement between the Contractor and the COTR.

    6.0 Deliverables

    The Contractor shall submit all formal deliverables (listed in Table 1 below) to the designatedGovernment Contracting Officers Technical Representative (COTR). Additional deliverablesdefined in specific Task Order Project Plans shall be submitted to the COTR and/or the COTRsdesignee, in accordance with the requirements of individual Task Orders.

    Table 1: Schedule of Standard Task Order Deliverables

    DeliverableNumber

    Deliverable Date Due

    1 Program Management Plan 15 Work Days after the Contractaward

    2 Task Order Project Plan 15 Work Days after Task Orderaward

    3 Monthly Status Report 20 th

    4of Each Month

    Task Order Summary Report As Defined in the Task OrderProject Plan

    All other future deliverables will be in accordance with the scope of work discussed above andwill be identified in any resulting task orders issued against the BPA. The specific deliverables

  • 8/6/2019 Federal Maritime Comission

    21/52

    RFQ-FMC-11-0004

    19

    required under task orders issued against this BPA will be set forth in the task orders themselves;however, in all cases the deliverables shall be provided by the COTR to the designated ProjectManager under this agreement.

    7.0 Travel and Per Diem

    a) Travel is not expected under this BPA.b) As a general rule, local travel will not be reimbursed under this BPA. Examples of localtravel which will not be subject to reimbursement are: travel to and from normal job site;supervisory personnel traveling to a Government site or alternative facility to oversee operations.Personnel temporarily working at a Government site or alternative facility will consider suchfacility his/her normal job site.c) Travel expenses shall only be applicable to orders performed on a Labor Hours basis. All

    task orders issued on a Firm Fixed Price basis shall include any required travel within the fixedprice.d) For Labor Hour task orders, all non-local travel will be reimbursed in accordance withthe provisions of the Federal Travel Regulations. The Federal Travel Regulations and current perdiem rates can be accessed at: www.gsa.gov/ftr.

    8.0 Place of Performance

    The contractor will be expected to work on-site, at FMC headquarters, and off-site as deemedappropriate. Place of performance shall be identified in individual Task Orders.

    9.0 Government-Furnished Property

    Materials, equipment, software, support, and facilities will be provided by the government foron-site personnel only. Remote access to the FMC network may be provided for contractorpersonnel required to perform work off-site. All GFP will be identified in individual Task Orders.

    10.0 Security and Confidentiality

    The security classification for work performed under this agreement is Sensitive ButUnclassified (SBU). The documents that will be reviewed and produced are sensitive in natureand shall be protected from unauthorized disclosure. Work on this project requires thatContractor personnel have access to Privacy Act Information. Additionally, informationavailable to the Contractor may be statutorily or commercially confidential. Contractorpersonnel shall adhere to The Privacy Act, Title 5 of the U.S. Code, Section 552a; The Trade

  • 8/6/2019 Federal Maritime Comission

    22/52

    RFQ-FMC-11-0004

    20

    Secrets Act, Title 18, United States Code, Section 1905, and The Freedom of InformationAct, Title 5, United States Code, Section 552, and all applicable agency rules and regulations.Document processing center(s) must be located within the United States and be FISMAcompliant.

    10.1

    The Contractor and all employees, agents, subcontractors and subcontractor personnel who willhave access to FMC documents or data during the performance of their duties under the contractshall execute a Non-Disclosure Agreement and return it to the Contracting Officer before beinggiven access to such information or documents.

    Non-Disclosure Requirements

    10.2 Contractor Personnel Security

    10.2.1 Pre-Screening of Personnel and Removal of Unacceptable Personnel

    The Contractor shall ensure that all applicable personnel working on this task order, includingsubcontractors, meet the following security requirements for contractors to protect againstunauthorized disclosure of Sensitive But Unclassified (SBU) data. SBU data includes, but is notlimited to, information that is protected from disclosure by the Privacy Act, 5 U.S.C. 552a.

    1) All applicable personnel shall be United States citizens or have lawful permanentresident status.

    2) All applicable personnel shall be subject to a National Agency Check, Law and Credit(NACLC) investigation. Applicable personnel shall not begin working on any Task Order until all security forms have been properly completed and submitted to theContracting Officers Technical Representative for processing, as follows:

    a) Completed fingerprint cardsb) Non-disclosure Agreementc) Fair Credit Reporting Act Released) SF 85-P, Questionnaire for Public Trust Positions

    3) Applicable personnel shall wear FMC issued identification badges when working inGovernment facilities.

  • 8/6/2019 Federal Maritime Comission

    23/52

    RFQ-FMC-11-0004

    21

    4) Applicable personnel who undergo NACLC investigations that reveal, but are notlimited to, the following may be unacceptable under this contract: conviction of afelony, a crime of violence or a serious misdemeanor; a record of arrests forcontinuing offenses; or failure to file or pay Federal income tax. The Government

    reserves the right to determine if a Contractor employee assigned to a task shallcontinue with the task. The Contractor shall agree to remove the person assignedwithin one business day of official notification by the Government and provide areplacement within five business days. New hires or substitutions of personnel aresubject to the NACLC investigation requirement.

    10.2.2 FAR 52.204-9 Personnel Identity Verification of Contractor Personnel (SEPT 2007)

    (a) The Contractor shall comply with agency personal identity verification

    procedures identified in the contract that implement Homeland Security PresidentialDirective-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24and Federal Information Processing Standards Publication (FIPS PUB) Number 201.(b) The Contractor shall insert this clause in all subcontracts when the subcontractoris required to have routine physical access to a Federally-controlled facility and/or routineaccess to a Federally-controlled information system.

    11.0 Labor Rates

    Labor provided under this contract and its task orders shall be in accordance with the labor ratesand categories provided in the GSA Schedule Contract and the Contractors proposal as set forthin the Labor Rate Table. Labor rates may be lower than but may not exceed those set forth in theGSA Schedule. The offeror shall indicate in its proposal the extent to which its proposed pricerepresents a discount from the firms standard GSA schedule pricing.

  • 8/6/2019 Federal Maritime Comission

    24/52

    RFQ-FMC-11-0004

    22

    SECTION II:

    SCHEDULE OF SERVICES AND LABOR RATES

    The contractor shall furnish all resources, management, supervision, and services necessary toperform and provide work in accordance with Section I of the blanket purchase agreement andindividual task orders.

    The fixed hourly rates, inclusive of all direct and indirect costs (including salaries; fringebenefits; overhead; and general and administrative expenses) and profit, are applicable for theBPA period of performance referenced in each column heading.

    The contractor shall complete the following table with labor categories covered by its schedule

    contract and with the hourly rates from its schedule contract, less any offered discounts.

    LABOR RATE TABLE

    Labor Categories HourlyLabor RateYear One(effective

    dates)

    HourlyLabor RateYear Two(effective

    dates)

    HourlyLabor RateYear Three

    (effectivedates)

    HourlyLabor RateYear Four(effective

    dates)

    HourlyLabor RateYear Five(effective

    dates)

    The Price Model below will be used FOR EVALUATION PURPOSES ONLY and shall bebased on the sample task(s) (Attachment 1). Actual work will be assigned through individualtask orders. To complete the Price Model, Offerors shall enter the applicable labor rate from the

  • 8/6/2019 Federal Maritime Comission

    25/52

    RFQ-FMC-11-0004

    23

    Labor Rate Table above, and multiply the labor rate by the contractors estimated hours toprovide the required services of the sample task order.

    The total evaluated price will consist of the sum of the extended prices for each labor category,

    including options (52.217-5 Evaluation of Options (July 1990) )

    PRICE MODEL

    Base Year

    Labor CategoryEstimated

    Hours (Annual)Labor Rate (fromLabor Rate Table)

    ExtendedPrice

    Total Estimated AnnualHours

    2000 Total EvaluatedPrice

    Task Order Option Year 1

    Labor Category

    Estimated

    Hours (Annual)

    Labor Rate (from

    Labor Rate Table)

    Extended

    Price

    Total Estimated AnnualHours

    2000 Total EvaluatedPrice

  • 8/6/2019 Federal Maritime Comission

    26/52

    RFQ-FMC-11-0004

    24

    Task Order Option Year 2

    Labor CategoryEstimated

    Hours (Annual)Labor Rate (fromLabor Rate Table)

    ExtendedPrice

    Total Estimated AnnualHours

    2000 Total EvaluatedPrice

    Task Order Option Year 3

    Labor CategoryEstimated

    Hours (Annual)Labor Rate (fromLabor Rate Table)

    ExtendedPrice

    Total Estimated AnnualHours

    2000 Total EvaluatedPrice

    Task Order Option Year 4

    Labor CategoryEstimated

    Hours (Annual)Labor Rate (fromLabor Rate Table)

    ExtendedPrice

    Total Estimated AnnualHours

    2000 Total EvaluatedPrice

  • 8/6/2019 Federal Maritime Comission

    27/52

    RFQ-FMC-11-0004

    25

    SECTION III

    BLANKET PURCHASE AGREEMENT (BPA) ADMINISTRATION TERMS ANDCONDITIONS

    1.0 Authority - Contracting Officer, Contracting Officer's Technical Representativeand Contractor's Project Manager

    1.1 Contracting Officer

    (a) The Contracting Officer for this BPA is:

    Michael KilbyDirector, Office of Management ServicesFederal Maritime Commission800 N Capital Street NWSuite 926Washington, DC 20573

    (b) The Contracting Officer, in accordance with Subpart 1.6 of the FederalAcquisition Regulation, is the only person authorized to make or approve anychanges in any of the requirements of this BPA, and notwithstanding any clauses

    contained elsewhere in this BPA, the said authority remains solely with theContracting Officer. In the event the Contractor makes any changes at thedirection of any person other than the Contracting Officer, the change will beconsidered to have been made without authority and no adjustment will be madein the BPA price to cover any increase in cost incurred as a result thereof.

    1.2 Contracting Officers Technical Representative (COTR) Designation and Authority

    (a) In accordance with 48 CFR 2901.603-71 (2007), the Contracting Officer's

    Technical Representative is:

    To be given at time of award

    (b) Performance of work under this BPA must be subject to the technical direction of the COTR identified above, or a representative designated in writing. The term

  • 8/6/2019 Federal Maritime Comission

    28/52

    RFQ-FMC-11-0004

    26

    technical direction includes, without limitation, direction to the contractor thatdirects or redirects the labor effort, shifts the work between work areas orlocations, fills in details and otherwise serves to ensure that tasks outlined in thework statement are accomplished satisfactorily.

    (c) Technical direction must be within the scope of the specification(s)/work statement. The COTR does not have authority to issue technical direction that:

    (1) Constitutes a change of assignment or additional work outside thespecification(s);

    (2) Constitutes a change as defined in the clause entitled Changes;(3) In any manner causes an increase or decrease in the BPA price, or the time

    required for BPA performance;(4) Changes any of the terms, conditions, or specification(s)/work statement

    of the BPA;(5) Interferes with the contractors right to perform under the terms and

    conditions of the BPA; or(6) Directs, supervises or otherwise controls the actions of the contractors

    employees.

    (d) Technical direction may be oral or in writing. The COTR shall confirm oraldirection in writing within five workdays, with a copy to the contracting officer.

    (e) The contractor shall proceed promptly with performance resulting from thetechnical direction issued by the COTR. If, in the opinion of the contractor, anydirection of the COTR, or his/her designee, falls within the limitations in (c),above, the contractor shall immediately notify the contracting officer no later thanthe beginning of the next Government work day.

    (f) Failure of the contractor and the contracting officer to agree that technicaldirection is within the scope of the BPA shall be subject to the terms of the clauseentitled Disputes.

    1.3 Contractor Project Manager

    (a) The Contractor's designated Project Manager for this BPA is (Offeror to provide) :

    Name: ________________________________Office No: ___________________ Fax No: ________________

  • 8/6/2019 Federal Maritime Comission

    29/52

    RFQ-FMC-11-0004

    27

    E-Mail Address: ____________________________________________

    (b) The Contractor shall provide a Project Manager for this BPA who shall have theauthority to make any no-cost BPA technical, hiring and dismissal decisions, orspecial arrangement regarding this BPA. The Project Manager shall beresponsible for the overall management and coordination of this BPA and shallact as the central point of contact with the Government. The Project Managershall have full authority to act for the Contractor in the performance of therequired services. The Project Manager, or a designated representative, shall meetwith the COTR to discuss problem areas as they occur. The Project Manager ordesignated representative shall respond within four hours after notification of theexistence of a problem. The Project Manager shall be able to fluently read, write,and speak the English language.

    2.0 Period of Performance

    The base period of performance for this BPA shall be five (5) years from the date of award.

    3.0 Payment Schedule

    As applicable, a payment schedule will be specified in each task order.

    4.0 Task Order Period of Performance and Deliverables

    (a) Each task order shall specify the period of performance.

    (b) All deliverables required under each task order shall be shipped F.O.B Destination to theGovernment address identified in each task order.

    5.0 Invoices

    (a) Invoices shall be submitted in an original and two copies to the following address:

    [email protected]

    (b) A copy of the invoice shall also be submitted to the COTR and ContractingOfficer simultaneously.

  • 8/6/2019 Federal Maritime Comission

    30/52

    RFQ-FMC-11-0004

    28

    (c) Submission of proper invoices shall be rendered on a percentage complete basisin an amount equal to the value of the work performed.

    (d) Each invoice submitted shall be supported by appropriate documentation asfollows:

    (i) The Contractor shall submit an original invoice and three copies (orelectronic invoice, if authorized) to the address designated in the BPA toreceive invoices. An invoice must include

    (ii) Name and address of the Contractor;(iii) Invoice date and number;(iv) BPA number, task order number, BPA/Task Order line item number;(v) Description, quantity, unit of measure, unit price and extended price of the

    items delivered;(vi) Shipping number and date of shipment, including the bill of lading number

    and weight of shipment if shipped on Government bill of lading;(vii) Terms of any discount for prompt payment offered;(viii) Name and address of official to whom payment is to be sent;(ix) Name, title, and phone number of person to notify in event of defective

    invoice; and(x) Taxpayer Identification Number (TIN). The Contractor shall include its

    TIN on the invoice only if required elsewhere in this BPA.(xi) Electronic funds transfer (EFT) banking information.

    (A) The Contractor shall include EFT banking information on the

    invoice only if required elsewhere in this BPA.(B) If EFT banking information is not required to be on the invoice, in

    order for the invoice to be a proper invoice, the Contractor shallhave submitted correct EFT banking information in accordancewith the applicable solicitation provision, contract clause(e.g., 52.232-33 , Payment by Electronic Funds TransferCentralContractor Registration, or 52.232-34 , Payment by ElectronicFunds TransferOther Than Central Contractor Registration), orapplicable agency procedures.

    (C) EFT banking information is not required if the Government waivedthe requirement to pay by EFT.

    (e) Invoices will be handled in accordance with the Prompt Payment Act(31 U.S.C. 3903 ) and Office of Management and Budget (OMB) prompt paymentregulations at 5 CFR Part 1315.

    http://www.arnet.gov/far/current/html/52_232.html#wp1153351http://www.arnet.gov/far/current/html/52_232.html#wp1153351http://www.arnet.gov/far/current/html/52_232.html#wp1153351http://www.arnet.gov/far/current/html/52_232.html#wp1153375http://www.arnet.gov/far/current/html/52_232.html#wp1153375http://www.arnet.gov/far/current/html/52_232.html#wp1153375http://uscode.house.gov/uscode-cgi/fastweb.exe?getdoc+uscview+t29t32+1665+30++%2831%29%20%20AND%20%28%2831%29%20ADJ%20USC%29%3ACITE%20%20%20%20%20%20%20%20%20http://uscode.house.gov/uscode-cgi/fastweb.exe?getdoc+uscview+t29t32+1665+30++%2831%29%20%20AND%20%28%2831%29%20ADJ%20USC%29%3ACITE%20%20%20%20%20%20%20%20%20http://uscode.house.gov/uscode-cgi/fastweb.exe?getdoc+uscview+t29t32+1665+30++%2831%29%20%20AND%20%28%2831%29%20ADJ%20USC%29%3ACITE%20%20%20%20%20%20%20%20%20http://uscode.house.gov/uscode-cgi/fastweb.exe?getdoc+uscview+t29t32+1665+30++%2831%29%20%20AND%20%28%2831%29%20ADJ%20USC%29%3ACITE%20%20%20%20%20%20%20%20%20http://www.arnet.gov/far/current/html/52_232.html#wp1153375http://www.arnet.gov/far/current/html/52_232.html#wp1153351
  • 8/6/2019 Federal Maritime Comission

    31/52

    RFQ-FMC-11-0004

    29

    6.0 Key Personnel

    (a) The Contractor shall use the key personnel set forth in its quote, upon whichaward of this order shall be based, for performance of the effort set forth under theBPA. In the event that one or more of the personnel are not available, or becomeunavailable, the Contractor shall furnish substitute personnel of equal or superiorrelevant skills, which substitutions shall be subject to approval of the ContractingOfficer.

    (b) Substitution of Key Personnel by Contractor-

    (1) The Contractor shall assign to the BPA those persons whose resumes weresubmitted with its offer who are necessary to fill the requirements of theBPA and orders thereunder. No substitutions shall be made except inaccordance with this clause.

    (2) The Contractor shall not allow personnel substitutions during the BPAperformance period unless the Contractor promptly notifies theContracting Officer, with a copy to the COTR, and provides theinformation required by paragraph (3) below. All proposed plannedsubstitutions must be submitted, in writing, at least fifteen (15) workingdays in advance of the proposed substitutions to the Contracting Officer,and provide the information required by paragraph (3) below. Unplannedsubstitutions of key personnel require immediate notification to

    Contracting Officer, and information required by paragraph (3) below.

    (3) All requests for substitutions must provide a detailed explanation of thecircumstances necessitating the proposed substitutions, a complete resumefor the proposed substitute, and any other information requested by theContracting Officer needed to approve or disapprove the proposedsubstitution. All proposed substitutions must have relevant qualificationsthat are equal or superior to the qualifications of the person(s) to bereplaced. The Contracting Officer, or an authorized representative, will

    evaluate such requests and promptly notify the Contractor of approval ordisapproval thereof.

    (c) For purposes of this Blanket Purchase Agreement (BPA), Key Personnel aredefined as the contractors Project Manager and any contractor employeeresponsible for supervising work under any of the task orders.

  • 8/6/2019 Federal Maritime Comission

    32/52

    RFQ-FMC-11-0004

    30

    The Contractor's Key Personnel Project Manager for this BPA is (Offeror to provide) :

    Name: ________________________________Office No: ___________________ Fax No: ________________E-Mail Address: ____________________________________________

    The Contractor's other supervisory employees, if any, are:Name: ________________________________Office No: ___________________ Fax No: ________________E-Mail Address: ____________________________________________

    Name: ________________________________Office No: ___________________ Fax No: ________________E-Mail Address: ____________________________________________

    Name: ________________________________Office No: ___________________ Fax No: ________________E-Mail Address: ____________________________________________

    7.0 Reassignment and Replacement of Contractor Personnel

    (a) The Government reserves the right to request that the Contractor reassignContractor employees whose continued use under this BPA and/or any Task Order issued under this BPA is deemed contrary to the best interests of theGovernment. The Contracting Officer will give notice of such reassignment inwriting.

    (b) In the event the Contractor finds it necessary to replace any of the assigned non-key personnel during the performance of a Task Order, the Contracting Officerand Contracting Officer's Technical Representative shall be notified in writing. In

    cases of Contractor initiated reassignment of non-key personnel, notice shall beprovided at least five (5) calendar days prior to reassignment. Replacementpersonnel shall meet or exceed the relevant qualifications of the originallyassigned non-key personnel. This notice shall also include the resume(s) of theproposed replacement personnel. All replacement non-key personnel are subjectto the prior written approval of the FMCs Program or Project Manager andContracting Officer.

  • 8/6/2019 Federal Maritime Comission

    33/52

    RFQ-FMC-11-0004

    31

    8.0 Contract Clauses

    In addition to Clauses and Provisions incorporated into the Contractors GSA Schedule contract,this BPA incorporates the following clause(s)by reference with the same full force and effect as

    if they were given in full text.

    Upon request, the Contracting Officer will make the full text available. Also, the full text of aclause may be accessed electronically at this address: www.arnet.gov/far

    52.227-19 - COMMERCIAL COMPUTER SOFTWARE LICENSE (DEC 2007)52.245-1 - GOVERNMENT PROPERTY (JUNE 2007) ALTERNATE I (JUNE 2007)

  • 8/6/2019 Federal Maritime Comission

    34/52

    RFQ-FMC-11-0004

    32

    SECTION IV

    INSTRUCTIONS TO QUOTERS

    The Government intends to award a single Blanket Purchasing Agreement (BPA) from thisRequest for Quote (RFQ), but reserves the right to make multiple awards. All communicationsconcerning the RFQ, including any of a technical nature, shall be made through the ContractingOfficer. Correspondence, including all questions, should be submitted to Peggy Wright viaemail at: [email protected] .

    1.0 Quote Submission Instructions

    1.1 Time for Submission

    All quotes shall be submitted via electronic mail to the contracting officer no later than 9:00a.m. Eastern Time on August 25, 2011. Late quotes will not be accepted and will not beevaluated.

    1.2 Quote Format and Method of Submission

    Your quote shall include:

    A signature page identifying a company official authorized to contract on behalf of yourorganization;

    Input per Section III regarding the Contractor Project Manager and Key Personnelclauses;

    Submission requirements as outlined below per 2.0 of this section (Section IV) to addressall non-price and price factors; and

    A copy of your GSA schedule contract that identifies and supports the Labor Categoriesand pricing information contained in your quote

    Electronic quotes in PDF format shall be submitted via email to [email protected] .

    Electronic files must be in a format that can be read by Microsoft Office 2000 applications. Thefiles that you submit will be scanned for viruses, and any files containing a virus will beimmediately deleted and may disqualify you from further consideration for award.

    Questions regarding this RFQ should be submitted via email no later than 5:00 p.m. August 17,2011 to [email protected] .

    mailto:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]
  • 8/6/2019 Federal Maritime Comission

    35/52

    RFQ-FMC-11-0004

    33

    2.0 Evaluation of Quotes and Evaluation Factors for Award

    The Government will award a Blanket Purchase Agreement as a result of this RFQ to theresponsible quoter(s) whose quote conforming to the RFQ is most advantageous to theGovernment, price and non-price factors considered. The Government intends to award a singleBlanket Purchasing Agreement from this Request for Quote (RFQ), but reserves the right tomake multiple awards or no award. Offers that do not meet all of the requirements specified inthis solicitation may not be considered for award.

    The non-price factors, when combined, are significantly more important than price. FMC willuse the following factors to evaluate quotes in descending order of importance:

    Technical Expertise Technical Approach Past Performance Management and Staffing Approach

    The Commission intends to make award on the basis of quotes received without conductingdiscussions. However, the Commission reserves the right to conduct discussions if theContracting Officer later determines them to be appropriate. Because FMC may award withoutdiscussions, each quote submitted should present the most favorable non-price and price terms.

    Factor I Technical Expertise

    Evaluation CriteriaFMC will evaluate the Offerors ability to competently handle the most complex, difficult, andtime sensitive data and document management consulting services for the Department of theFMC in accordance with the requirements set forth in the solicitation. FMC will evaluate thetechnical depth as evidenced by the complexity of relevant engagements and breadth of expertise

    as evidenced by the extent the described engagements relate to the scope of work identified inthis solicitation.

    The Offeror shall address each category set forth in 3.0 within Section I of the solicitation inwhich the offeror (including any proposed subcontractors) has expertise. The response shallinclude a description of the five (5) most relevant data and document management consulting

    Submission Instructions

  • 8/6/2019 Federal Maritime Comission

    36/52

    RFQ-FMC-11-0004

    34

    engagements performed over the past three (3) years. Summarize the engagements, the offerorsrole, date(s) of performance, and the total dollar amount of the engagement. Where possible, theOfferor shall provide screenshots or an URL for the engagement solutions.

    Factor II Technical Approach

    Evaluation Criteria: FMC will evaluate the extent to which the Offerors Task ManagementPlans demonstrate a comprehensive understanding, presents a feasible approach, and is completeas related to the requirements of this solicitation.

    Proposal submission instructions: The Offeror shall submit a Task Management Plan (TMP) inaccordance with Section 5 of the PWS, utilizing the sample task order (Attachment 1). OfferorsTMP shall consist of a breakdown of work within the sample task(s), including best practices forapplications and database operation and maintenance. In addition, the TMP shall identify keypersonnel, work assignments, time allocations, delivery schedule, appropriate labor categoriesand pricing (see Section II) for the sample tasks (See Attachment 1). Sample task order isprovided for evaluation purposes. However, FMC may, at its discretion, issue these sample tasksas a BPA Call at or following BPA award.

    Factor III Management and Staffing Approach

    Evaluation CriteriaFMC will evaluate the proposed Management and Staffing Approach based on the quality and

    availability of resources to support the requirements identified in the solicitation.

    Submission InstructionsDescribe your approach to managing performance under this contract. Address your ability torespond to and perform multiple tasks simultaneously and to undertake a high volume of complex work under significant time constraints. Submit a staffing plan that describes thenumber and mix of available staff to support this requirement. Clearly identify anysubcontractors and/or team members. Submit resumes for Key Personnel proposed, as defined inthe solicitation (6.0 of Section III).

    Factor IV Past Performance

    FMC will review records contained in the Past Performance Information Retrieval System(PPIRS) to assess the likelihood that the offeror can successfully perform the required work.FMC reserves the right to contact and use information provided by the references and any other

    Evaluation Criteria

  • 8/6/2019 Federal Maritime Comission

    37/52

    RFQ-FMC-11-0004

    35

    sources available. If no relevant information on past performance is provided by the offeror orobtained by FMC, the offeror will be evaluated neither favorably nor unfavorably on pastperformance.

    Submission InstructionsNo additional information need be submitted. FMC will utilize information submitted for FactorI Technical Expertise, above.

    Factor V Labor Categories and Price

    Evaluation CriteriaFMC will evaluate the pricing set forth in the offerors response(s) by multiplying the proposedlabor rate for each labor category by the estimated number of labor hours per category to arriveat a total evaluated price.

    3.0 Page Limits

    Submission InstructionsThe Offeror will complete the Labor Rate Table with fully-loaded hourly labor rates for eachlabor category. The Labor Rate Table will be incorporated into the ensuing contract, and theContractor may not exceed these rates during contract performance. Contractor shall provideGSA Contract information which identifies and supports the Labor Categories and pricinginformation contained in your quote

    In addition, a Sample Task Price Model will be used FOR EVALUATION PURPOSES ONLY.

    To complete the Price Model, Offerors shall enter the applicable labor rate from the Labor RateTable, and multiply the labor rate by the estimated hours provided to arrive at an estimated pricefor each labor category. The total evaluated price will consist of the sum of the estimated pricesfor each labor category.

    Quoters shall submit each volume as listed above in their quotes. Quoters proposal shall belimited to the number of pages per volume, below. No page limit shall be assigned for the

    signature page, resumes of key personnel and copy of the GSA schedule contract. Pages beyondthe stated limit will not be evaluated.

  • 8/6/2019 Federal Maritime Comission

    38/52

    RFQ-FMC-11-0004

    36

    Contents Page LimitCover letter and signature page Two (2) pagesInput per Section III regarding the Contractor

    Project Manager and Key Personnel clauses.

    No page limit

    Volume I Technical Expertise Five (5) pagesVolume II Technical Approach Fifteen (15) pagesVolume III Management and StaffingApproach

    Five (5) pages, excluding resumes

    Volume IV Labor Categories and Price No page limit

  • 8/6/2019 Federal Maritime Comission

    39/52

    RFQ-FMC-11-0004

    37

    ATTACHMENT 1

    SAMPLE TASK ORDER

    This sample task order is provided for evaluation purposes. However, FMC may, at itsdiscretion, issue a task order for the task area, below, at or following BPA award.

    1.0 Objective

    The purpose of this task order is to obtain contracted services to support FMCs majorapplications and databases. Under this effort, the contractor shall be responsible for thedevelopment, programming, integration, maintenance, administration, and documentation of theFMC applications and databases. The contractor must be an expert program manager andintegrator whose focus is on customer service.

    Contractor will be required to have operational expertise with:- Microsoft Office Suite- Microsoft SQL 2005 and above- SSIS, SQL stored procedures- ASP.Net- C#, Visual Basic- Microsoft Windows Server 2003 and

    above (with IIS v5 and above)

    - XML- HTML, CSS- Structured Query Language- Section 508 tools- JavaScript or other scripting

    languages- AJAX, jQuery

    The nature of work sought under this requirement consists of contractor resources required for:- Project management and reporting - Software installation/configuration on

    all supported platforms - Requirement review for completeness

    and test plan preparation - Requirements traceability

    - Test case documentation - Functional Testing - Regression Testing - Automated Testing

    - Section 508 Testing - Procedure input and review for

    software usage - Application support Help Desk - Software Release documentation and

    production release instructions

    - Problem resolution in support of Application Support Help Desk

    - DocumentationPreparation/Consolidation and testing

  • 8/6/2019 Federal Maritime Comission

    40/52

    RFQ-FMC-11-0004

    38

    2.0 Task Order Type

    FMC shall award of a firm-fixed price task order.

    3.0 Period of Performance

    The period of performance for this task shall be one (1) year, with four (4) one-year options toextend the term of the task order.

    4.0 Technical Requirements

    4.1

    The contractor shall be responsible for providing database programmers, developers,administrators, technical writers to maintain all FMCs applications and databases, as needed forup to 2000 hours per year.

    General Requirements

    4.1.1 The contractor shall provide support in: System Analysis Database architecture and management User Interface Design and Development Programming

    4.1.2 The contractors Project Manager, or an appropriate designee, shall meet regularly withthe Contracting Officers Technical Representative (COTR), the Technical Point of Contact (TPOC) and any other assigned FMC personnel to discuss immediate, ongoing,and long-term information technology issues. The schedule of these meetings will benegotiated after the task order award. The contractor shall deliver meeting minutes,reporting the issues discussed in the meeting, and the action items for each meetingmember to address, within 5 working days after each meeting.

    4.1.3 Unless directed otherwise, the contractor shall write all documentation in accordancewith the Security Assessment & Authorization (SA&A) model (NIST 800-37).

  • 8/6/2019 Federal Maritime Comission

    41/52

    RFQ-FMC-11-0004

    39

    4.1.4 Section 508 Compliance

    All electronic and information technology (EIT) procured through this task order mustmeet the applicable accessibility standards at 36 CFR 1194. This regulation (36 CFR1194) implements Section 508 of the Rehabilitation Act of 1973, as amended, and isviewable at http://www.section508.gov.

    The contractor shall support the Government in its compliance with Section 508throughout the development and implementation of the work to be performed. Section508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d) requires that whenFederal agencies develop, procure, maintain, or use electronic information technology,and Federal employees with disabilities have access to and use of information and datathat is comparable to the access and use by Federal employees who do not havedisabilities, unless an undue burden would be imposed on the agency. Section 508 alsorequires that individuals with disabilities, unless an undue burden would be imposed onthe agency. Section 508 also requires that individuals with disabilities, who are membersof the public seeking information or services from a Federal agency, have access to anduse of information and data that is comparable to that provided to the public who are notindividuals with disabilities, unless an undue burden would be imposed on the agency.

    4.1.5 Problem Resolution

    The contractor shall bring problems, or potential issues, affecting performance to the

    attention of the COTR as soon as possible. Verbal reports will be followed up withwritten reports when directed. This notification shall not relieve the contractor of itsresponsibility to correct problems for which they are responsible. The contractor willwork cooperatively with the Government to resolve issues as they arise.

    4.2 Tasks

    4.2.1 Task 1 Database Development and Maintenance - BPA Reference 3.2

    4.2.1.1 The contractor shall provide support for maintaining FMC applications,databases, and search tools.

    4.2.1.2 The contractor shall analyze and document the structure and content of all currentapplications and databases, and recommend which elements of the system should

  • 8/6/2019 Federal Maritime Comission

    42/52

    RFQ-FMC-11-0004

    40

    be redeveloped. The report with recommendations containing the analysis shallbe provided to the COTR within 45 days of the award of this task order.

    4.2.1.3 The contractor shall develop, maintain, and administer all web-based userinterfaces for all FMCs applications and databases, and perform website processengineering, systems alignment, and performance measurement activities as needto support FMC. The contractor shall ensure that any web-enabled interface sitesmeet all Federal regulatory guidance as it applies to the installation, operation,and management of Web sites, this is to include, but not limited to, complyingwith Federal mandated requirements including the section 508 of theRehabilitation Act of 1973, as amended (29 U.S.C. 5 794d). Specifically1194.22 Web-based Internet Information and Applications for the web.

    4.2.1.4 The contractor shall ensure continuous operation of all current major applicationsand databases, while making changes and updates as needed.

    4.2.1.5 The contractor shall use commercial-off-the-shelf products to develop andincorporate new application enhancements and identify opportunities forworkflow and process automation that include test plans for implementation, asrequested and approved by the COTR.

    4.2.1.6 The contractor shall provide support for development of any new services thatmay be required throughout the period of performance, including enhancements

    to databases, interfaces, and application automation. These tasks will be assigneddirectly by the COTR.

    4.2.1.7 The contractor shall monitor statistics for all FMC applications and systems, andprovide performance metrics reports for technical and non-technical FMC staff.

    4.2.2 Task 2 Documentation BPA Reference 2.4.2

    4.2.2.1 The contractor, when requested, shall create and maintain documentation for allapplications. Examples of such documentation include:

    - Concept of Operations- Functional Requirements Document- System Design Document- Interface Control Document

    - System Security Plan- Security Risk Assessment Plan- Implementation Plan- Maintenance Manual

  • 8/6/2019 Federal Maritime Comission

    43/52

    RFQ-FMC-11-0004

    41

    - Test and Evaluation Master Plan- Risk Management Plan- Configuration Management Plan

    - Operations Manual- User Manual

    5.0 Task Order Deliverables

    5.1 Initial Business and Technical (Kick-Off) Meeting

    Within ten business days following the task award date, contractor shall attend a Kick-Off Meeting to review task order goals and objectives, and to discuss technical requirements,administrative matters, security requirements, project transition, Government FurnishedInformation/Materials/Equipment (GFI/GFM/GFE), the milestone schedule, review cycles, and

    invoicing. At the meeting the contractor shall present their plan for controlling the task costs andschedules. The meeting shall be attended by all contractor key personnel and shall be held at theGovernment facility.

    5.2 Quality Assurance Surveillance Plan

    Contractor shall submit a Quality Assurance Surveillance Plan (QASP) no later than fifteen (15)days after award of the task order. QASP shall be based on the tasks and performance matrixand approved by the COTR. The Government will evaluate the contractors performance of this

    task order based on the approved QASP. For those tasks listed in the Performance Matrix, theCOTR or other designated evaluator will follow the method of surveillance specified in this task order. Government personnel will record all surveillance observations. When an observationindicates defective performance, the COTR or other designated evaluator will require thecontractor manager or representative at the site to initial the observation. The initialing of theobservation does not necessarily constitute concurrence with the observation. It acknowledgesthat the contractor has been made aware of the non-compliance. Government surveillance of tasks not listed in the Performance Matrix or by methods other than those listed in thePerformance Matrix (such as provided in the Inspection clause) may occur during the

    performance period of this task order. Such surveillance will be done according to standardinspection procedures or other task order provisions. Any action taken by the CO as a result of surveillance will be according to the terms of the task order.

  • 8/6/2019 Federal Maritime Comission

    44/52

    RFQ-FMC-11-0004

    42

    5.3 Monthly Status Report (MSR)

    The contractor shall provide a MSR no later than five (5) business days following the end of each calendar month. This report shall analyze the current task order and provide task orderaccounting information. The MSR shall include, but is not limited to, the following elements:

    A summary of work performed by task functional area for the reporting period Milestones and updates against task activities Progress toward open efforts New work started during the reporting period Deliverables submitted or progress on deliverable products Brief summary of activity planned for the next reporting period. Total billed hours

    6.0 Schedule of Deliverables

    The following schedule of milestones will be used to monitor timely progress on the task order.In this schedule, FMC designates Date of Award. The number of days referenced below is incalendar days unless otherwise noted.

    Milestone/Deliverable PWS Section Reference Planned Completion/DueDate

    Initial Kickoff Meeting 5.1 10 calendar days after awardQASP 5.2 15 calendar days after awardMonthly Status Report (MSR) Including functional activityprogress, cost, andperformance status

    5.3; Attachment 2 5 business days following theend of each calendar month

    Complete Documentation (asrequested by COTR)

    4.2.2 To be determined

  • 8/6/2019 Federal Maritime Comission

    45/52

    RFQ-FMC-11-0004

    43

    7.0 Performance Criteria Matrix

    Deliverable orServices Required

    Measures of Success andIndicators

    Standards Criteria

    Method of Surveillance

    PWS 4.2.1 Task 1: DatabasesDevelopment andMaintenance

    Provide support formaintaining FMCapplications/databases.

    Analyze and document thestructure and content of allcurrentapplications/databases.

    Develop, maintain, andadminister all web-baseduser interfaces for allrequired FMCsapplications/databases.

    Ensure continuousoperation of all FMCsapplications/databases.

    Develop and incorporatenew applicationenhancements and identifyopportunities for workflowand process automation

    Provide support fordevelopment of any newservices that maybe

    required as assigned by theCOTR.

    Monitor statistics for allFMC applications andsystems, and provideperformance metrics

    100% compliance COTR review of deliverables

  • 8/6/2019 Federal Maritime Comission

    46/52

    RFQ-FMC-11-0004

    44

    reports for technical andnon-technical FMC staff.

    PWS 4.2.2 Task 2: Documentation

    Create and maintaindocumentation for allapplications, as assignedby the COTR.

    100% compliance COTR review of deliverables

    PWS 5.3 MonthlyStatus Report(MSR)

    Provide accurate reportsreflecting requiredinformation in theprescribed format anddelivered on or before thedue date.

    100% compliance COTR review of deliverables

    PWS 4.1.4 Section 508Compliance

    Ensure that any web-enabled interface sites arecompliant with Section508.

    100% compliance COTR review of deliverables

    8.0 Task Order Terms and Conditions

    8.1 Place of Performance

    The tasks described in this statement of work shall be performed at the FMC offices located on

    the 9th

    and 10th

    8.2 Hours of Operations

    floors at 800 North Capitol St. NW, Washington, DC 20573.

    Contract employees will provide coverage between the hours of 8:30 AM 5:00 PM EasternTime, Monday through Friday, except government observed holidays. Contractors may berequired to access facility weekends and after hours. Contract employees shall work hoursassociated with the requirements of the task as determined by the COTR.

    8.3

    Government Furnished Equipment and Information

    The Government shall retain all rights and privileges, including those of patent and copy, to allGovernment furnished data. The contractor shall neither retain nor reproduce for private orcommercial use any data or other materials furnished under this order. The contractor agrees notto assert any rights at common law or in equity or establish any claim to statutory copyright in

  • 8/6/2019 Federal Maritime Comission

    47/52

    RFQ-FMC-11-0004

    45

    such data. These rights are not exclusive and are in addition to any other rights and remedies towhich the Gov