You are on page 1of 52

FEDERAL MARITIME COMMISSION WASHINGTON, DC 20573

Date: TO: Subject:

August 9, 2011 GSA Schedule Holders 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 Maritime Commission (FMC/Commission), Washington, D.C. In accordance with the guidelines discussed 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 GSA schedule contractors. Based upon its evaluation of quotes received in response to this RFQ, the Commission intends to issue a single five-year Blanket Purchase Agreement under which both labor hour and fixed-price orders may be placed. During performance of the BPA, the contractor may not exceed the hourly rates contained in the successful quote and resulting BPA. In addition, a Request for Proposal for the first task Order is also requested at this time. Detailed instructions for preparing and submitting a quote and task order proposal are contained in the RFQ along with the criteria to be used by the Commission in evaluating quotes. The Federal Maritime Commission requests that pricing information submitted in your quote include price reductions from your GSA schedule contract professional service fee and hourly labor rates. The following is the point of contact for this RFQ: Peggy Wright Contract Specialist Federal Maritime Commission 800 North Capital St NW WASHINGTON, DC 20002 (202) 523-5711 i

The quotation shall not exceed the page limits outlined in Section IV. The font of the text in your technical quotation must be 12 or larger. Questions concerning this RFQ must be submitted by e-mail to Peggy Wright no later than 5:00 p.m. August 17, 2011. All responses to this request 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 at Pwright@fmc.gov of your intent not to respond. The Federal Maritime Commission greatly appreciates your attention to this requirement.

Sincerely, /Signed/ Peggy Wright Contract Specialist

Enclosures

ii

RFQ-FMC-11-0004 Information Technology Services

TABLE OF CONTENTS

Section I: Section II: Section III: Section IV: Attachment 1: Attachment 2: Attachment 3:

Statement of Work (SOW) Schedule of Services and Labor Rates Blanket Purchase Agreement (BPA) Administration Terms and Conditions Instructions to Offerors
Sample Task Order

Sample Monthly Report Non-Disclosure Agreement

RFQ-FMC-11-0004

SECTION I STATEMENT OF WORK Information Technology Services 1.0 1.1 Introduction Background

As the regulatory agency responsible for the regulation of ocean borne transportation in the foreign commerce of the United States, The Federal Maritime Commission (FMC) relies on a broad 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 Congress and the general public. 1.2 FMC Mission Statement

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

2.0 2.1

Objective and Scope Of Work Objective

The Federal Maritime Commission (FMC/Commission) intends to award a Blanket Purchase Agreement 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 in areas of operation and maintenance for all FMC IT systems, needs assessment to assist in developing its data and applications architecture and to execute and/or create applications to support its mission, development of enterprise application solution as needed. The Commission also generates a significant amount of document production requiring sophisticated storage and retrieval functions (e.g. collaboration, document management, workflow, reporting and analytics) to manage the volume of electronic files and hard copy files. In addition, FMC is required 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

RFQ-FMC-11-0004

and many other various government/private entities. FMC has many significant reporting requirements 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 and future systems. 2.2 2.2.1 Scope of Work Work Description

Information Technology is broadly defined as computing, telecommunications, and information services. 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 management support of IT related policy development, strategic planning, enterprise architecture, capital planning and investment control, resource management, procurement actions, and special projects. 2.2.1.2 Systems Development and Engineering Activities pertaining to software development 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 enterprise architecture; identifying functional, security, and performance requirements; developing logical and physical database models; performing coding, testing, quality assurance, design, and program documentation; implementation; and maintaining interoperability between future and existing hardware and software applications. Software applications include, but are not limited to, web applications, Commercial-Off-The-Shelf (COTS) integration, Government-off-the shelf (GOTS), and custom applications development. 2.2.1.3 Operations Support Activities related to planning and implementing telecommunications 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

RFQ-FMC-11-0004

administration; user support; workstation management; IT training and education; wireless services; and voice and data services. 2.3 Organizational Landscape

The FMC is an independent agency responsible for the regulation of ocean borne transportation in the foreign commerce of the United States. The FMC administers the Shipping Act of 1984, as amended by Public Law 105-258 (The Ocean Shipping Reform Act of 1998), Section 19 of the Merchant 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 the President, 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 administrative officer 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 is allocated for personnel compensation and benefits. The majority of the Commission's personnel are located in Washington, DC with area representatives in New York, New Orleans, Los Angeles, Seattle, South Florida and Houston. The Commissions organizational units consist of: Office of the Managing Director (including the Offices of Human Resources, Budget and Finance, Management Services, Information Technology, and the Bureaus of Certification and Licensing, Enforcement, Trade Analysis,and the 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 the Inspector General. While the majority of its personnel are located in Washington, D.C., the Commission 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 information technology (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 manner consistent with applicable rules, regulations and guidelines. OIT plans, coordinates and directs management of automated information systems. The Chief Information Officer (CIO) serves as the Commission's Senior Information Manager. In addition, OIT is comprised of the Security Officer, Network Engineer, and six IT Specialists.

RFQ-FMC-11-0004

2.4

Major Principles

The principles to be supported for the duration of the BPA are set forth in this PWS. These principles 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. These principles will guide the performance of all effort under the resulting contract. 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 the highest level of quality. The contractor shall establish a quality element within its solution that ensures compliance with applicable Federal mandates, contractual performance standards, and industry best practices. The contractor shall implement a Quality Control Plan (QCP) that includes, but not limited to, standard approaches toward quality such as the International Standards 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 relationships in a continually evolving system, taking into account relevant system interfaces, for the purpose of maintaining integrity, traceability, and control over change throughout the lifecycle. It is a disciplined process of technical and administrative direction for the identification and documentation 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 changing application of IT in the workplace, and Federal mandates. The contractor shall assist FMC in the 5

RFQ-FMC-11-0004

improvement of the Configuration Management process. The contractor shall participate in and support the change control process. The discipline of Configuration Management applies to multiple tasks identified throughout Section 3: Tasks. 2.4.4 Program/Project Management

FMC requires high quality, systematic program/project management as a factor in the accomplishment 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 and control, and project evaluation and closeout. The technical component deals with requirements definition, technical design, acquisition or development, and testing, installation, and operation of hardware and software assets. The contractor shall be responsible for the day-to-day management of the project and delivering the means, methods, and resources to meet the contract end point requirements and the intermediate requirements that the COTR determined are value added and necessary to achieve project success. This can be achieved by the contractor identifying project management tools acceptable to the COTR. The contractor shall ensure a seamless operating environment at all components 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 the Security 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) or other 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 be established and funded at the task level.

RFQ-FMC-11-0004

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 directed by 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 and Engineering, and IT Operations Support. The functions and activities include, but are not limited to the following: IT Management o Policy Development o Strategic Planning o Enterprise Architecture o Capital Planning & Investment Control o Procurement Actions o Special Projects Systems Development and Engineering o Application Development & Software Engineering o Database Administration o Web-site Development/Maintenance IT Operations Support o IT Facilities Management & Physical Security o Network Administration & Configuration o Firewall Management & Maintenance o Server Administration & Configuration o Application Systems Administration o Emergency Preparedness o Inventory Control o Maintenance, Support, & Service Agreements Management o Audio, Video, and Web Conferencing o User Support & Workstation Management o Voice & Data Services

3.1

Information Technology Management

The following provides examples of contractor responsibilities pertaining to IT Management within the FMC organization. Specific details will be provided in individual task orders. In 7

RFQ-FMC-11-0004

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 may include, 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 and recommendation for IT policy, directives, manuals, orders, procedures, SOPs, and guidelines, as required by individual task order, and submit for approval and dissemination. The contractor may 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 development of 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 Offices with efforts to develop and provide recommendations for implementation of an Agency-wide information architecture program and to develop guidelines and processes to ensure proper integration between the architecture, the Agencys IT investment management process, and its cyber security program. 3.1.3 Enterprise Architecture

Enterprise Architecture tasks may include, but are not limited to the creation, update, and submission of the EA to the FMC for approval in accordance with approved IT Strategy. In addition, contractor will be required to update IT standards accordingly. As required, the contractor shall work within the Federal Enterprise Architecture reference models to ensure cross-agency analysis and the identification of duplicate investments, gaps, and opportunities for collaboration within and across Federal Agencies. Additionally, EA activities may include, but are not limited to: promoting and implementing standard architectural practices; establishing an EA aligned with the Agencys strategic goals; facilitating an information exchange; ensuring the interoperability of business practices, systems, and technologies; defining and implementing a systems development life-cycle; architectural assessments and governance; and providing a framework for systems modernization.

RFQ-FMC-11-0004

3.1.4

Capital Planning and Investment Control

Under Capital Planning and Investment Control, contractor may be required to perform IT capital 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 to business needs to include, but not limited to, assisting the Program/Bureau offices and Field offices with efforts to develop and execute program-wide or agency-wide IT capital planning, as well as investment management guidelines and procedures. This task area requires the contractor to possess knowledge of Government and industry best practices and provide expert consultation. Support activities may include, but are not limited to, developing supporting documentation, fact-finding, cost analysis, efficiency studies, and workload modeling, that may cut costs across all activities. 3.1.5 Procurement Actions

If issued a task order under Procurement Actions, contractor may be required to assist in the procurement 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 verifying the receipt of procured items. 3.1.6 Special Projects

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

3.2

Systems Design, Development, Engineering and Integration

The following provides examples of contractor responsibilities pertaining to systems development and engineering within FMC. The contractor shall provide expert consultation and perform work at the direction of the COTR in response to task orders. All software and system changes shall be approved by the COTR or other approval authorities as identified by individual task order. Systems development and engineering tasks may include, but are not limited to, application development, software engineering activities, configuration management, database 9

RFQ-FMC-11-0004

design, database development, database maintenance, website development, and website maintenance. 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 life cycle software engineering support to a wide variety of mission essential systems and applications that support the day-to-day business functions of FMC; IT development and support services, to include modernization and enhancements, to various database applications and data warehouses may be required; systems development or enhancement; and user training for developed or modified applications. 3.2.2 Database Administration

FMC may issue task orders for the administration, maintenance, and monitoring of database systems which include, but not limited to, design, testing and implementation of the test and production databases in support of all major applications within FMC. Metrics and reports as may 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 to existing Federal regulations (e.g. Section 508); administration and maintenance of existing web sites including web-enabled databases within FMC; development, administration, and maintenance of new websites within FMC as requested; responding to and implementing interagency and other Federal requests and mandates for changes to existing web sites. The contractor may be required to perform research and provide analysis regarding emerging technologies, defining and developing requirements (user and business), conducting testing, implementation, user training (on-site or remote), and database design and maintenance, when applicable.

3.3

Information Technology Operations Support

The following provides examples of contractor responsibilities pertaining to IT Operations Support within FMC. Specific task orders may require the contractor to be responsible for endto-end operation of networks and IT assets, including, but not limited to: IT facilities 10

RFQ-FMC-11-0004

management and IT physical security; network administration; firewall management and maintenance; server administration; applications system administration; emergency preparedness; 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 may include 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 other facilities for the purpose of configuration management, security, fire, safety, and physical planning. Additional tasks may include, but are not limited to, providing a common repository for 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 both physical and logical drawings of the processors, peripheral equipment, and their connectivity; submission for approval of all IT related Configuration Change Proposals (CCP) with the appropriate personnel as identified by specific task orders. The contractor may also be required to 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; providing identity management of network access to authorized personnel; providing a secure environment for 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, and associated equipment that is installed as part of the network within FMC as directed by specific task orders.

11

RFQ-FMC-11-0004

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 cyber security needs and requirements, both emergent and as identified in the Cyber Security Program Plan (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 test and install operating system upgrades and patches in a timely manner consistent with security and change control requirements. The contractor may be required to perform research and provide analysis regarding emerging technologies, such as cloud computing, and implement these 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, problem determination, 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 restoration functions to in accordance with FMC management directives and requirements for data recovery 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: providing database 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 12

RFQ-FMC-11-0004

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 meets the COTR determined reliability requirements of the users, system uptime, and the business needs 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 emergency preparedness activities to include IT disaster recovery planning and execution and development of 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 DR Plans for all major IT systems including general support systems and critical major applications as defined by individual task orders. Conduct and participate in test exercises 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 major applications. 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 to ensure 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 and procedures. The contractor shall identify excess GFP and support the COTR in its disposal in accordance with federal laws, regulations, and mandatory standards. 3.3.8 Maintenance, Support, and Service Agreements Management 13

RFQ-FMC-11-0004

If issued a task order under Maintenance, Support, and Service Agreements Management, the contractor shall manage maintenance and support agreements for hardware and software as specified by specific task orders. The contractor shall support management of service agreements including, but not limited to, commercial or third party service providers, Enterprise Resource Planning (ERP), and pre-paid consulting services. Management activities include, but are not limited to, ensuring continuity of coverage; ensuring adequacy of coverage; ensuring agreement 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 video room 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 existing hardware 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 with commercial 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 shall perform 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 by telephone, remote control, and support at the desktop/problem area; supporting FMC requirements for remote access; new user set-ups, account termination, the establishment of e-mail and messaging accounts as well as telecommunication services; setup of peripheral/portable devices. Equipment identified for disposal shall be processed in accordance Section 3.1.3.7: Inventory Control. Additional tasks may include problem resolution, management of desktop hardware and software assignments, and warranty issues.

14

RFQ-FMC-11-0004

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 operating systems, software applications, and hardware utilized on user workstations. Additional tasks may include PC adds, moves, and changes; client loads; central management and remote management of desktops; research, application, distribution, and documentation of 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 the voice, fax, and data services, telephone switches and voice mail systems, E-911 systems, and Voice 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 the minimum standard of work that contractors are expected to achieve in the performance of this BPA and Task Orders.

4.1

Quality Assurance Surveillance Plan (QASP)

4.1.1 The COTR will summarize and document the contractors performance in the four categories listed below (evaluation based on meeting the requirements of this PWS, subsequent task orders, and the contractor submitted Quality Assurance Plan). 1. 2. 3. 4. Quality of product/service Business relations Timeliness of performance Cost control

15

RFQ-FMC-11-0004

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 will be 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 the unacceptable condition within a 24-hour time period. If the contractor does not correct the unacceptable condition within 24-hours, the COTR will notify the Contracting Officer who will take appropriate administrative action for unacceptable performance. When an observation indicates 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 only indicates acknowledgment that the contractor has been made aware of a potentially defective performance. The selected contractor(s) will establish in close collaboration with FMC/OIT, a process and technology Governance Model that will be used to manage implement and support the delivery of solutions. The contractor(s) will utilize industry best practices, their experience, and preexisting templates and frameworks to jump-start the development of the Governance Model. The contractor(s) will develop a Technical Architecture that defines how FMC existing technologies (Microsoft, Open-Text Live-Link Technologies) will be utilized in executing its mission going forward. Included in this activity will be content management architecture. Contractor(s) will create a flexible and universal Taxonomy based on the technical architecture and 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 as requirements 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 the Contracting Officer. The request will specifically identify the Commission requirements for the project as contained generally in a Statement Of Objectives (SOO) or specific requirements outlined in a Performance Work Statement (PWS); identify the project deadline including a detailed project schedule if one exists; and will state the date on which the Commission needs to receive a response from the contractor for this requirement. The contractor will submit a response to the Contracting Officer or the cognizant Contract Specialist by the request due date 16

RFQ-FMC-11-0004

for a task order proposal. The contractors response shall typically include a proposed project plan; narrative describing the approach to meet the task order objective objectives and statement of how work will be accomplished; identify key personnel and any resources to be utilized; and include 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 the proposal to ensure that all requirements have been met. Task orders will be in writing and will be issued by the Contracting Officer. If utilizing a PWS, performance measurements shall be proposed in direct support of the objectives. The individual task order will specify the compensation for meeting, exceeding or failing to achieve the objective to which the parties have agreed. While it is expected that some task orders may include a performance measurement or metric(s), it is recognized that other tasks may 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 this Request for Quote (RFQ), but reserves the right to make multiple awards. If multiple awards are made, 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 to perform the work, and proposed reductions (if any) to the labor rates set forth in their respective BPAs. In some instances, FMC may require expedited responses from BPA holders so as perform work that is imminently needed. FMC will award to one or more competing BPA holders based on a best value determination, considering each offerors unique qualifications to perform the work, quality of prior work previously performed under the BPA (if applicable), and proposed pricing. Technical merit will be considered more important than price. After making a best value determination, FMC will notify the competing BPA holders of the task order award decision. Task Order Project Management Plans For each Task Order, the Contractor shall develop a Program Management Plan that will provide a breakdown of work within tasks, key personnel, work assignments, time allocations, and delivery schedule. This document shall be updated annually and will be required in the Base Year of the lifecycle of this contract and in accordance with FMC policy. In addition, the Contractor shall develop a Task Order Project Plan for each task order that will, at a minimum: 17

RFQ-FMC-11-0004

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 the Program Management Institute (PMI) to FMC efforts, including: scope management, schedule management, staffing management, change management, financial management, communications management, risk management, quality management and procurement management. 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 after coordination 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 designated Government Contracting Officers Technical Representative (COTR). Additional deliverables defined in specific Task Order Project Plans shall be submitted to the COTR and/or the COTRs designee, in accordance with the requirements of individual Task Orders.

Table 1: Schedule of Standard Task Order Deliverables Deliverable Number 1 2 3 4 Deliverable Program Management Plan Task Order Project Plan Monthly Status Report Task Order Summary Report Date Due 15 Work Days after the Contract award 15 Work Days after Task Order award 20th of Each Month As Defined in the Task Order Project Plan

All other future deliverables will be in accordance with the scope of work discussed above and will be identified in any resulting task orders issued against the BPA. The specific deliverables 18

RFQ-FMC-11-0004

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 Project Manager 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 local travel 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 such facility 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 fixed price. d) For Labor Hour task orders, all non-local travel will be reimbursed in accordance with the provisions of the Federal Travel Regulations. The Federal Travel Regulations and current per diem 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 deemed appropriate. 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 for on-site personnel only. Remote access to the FMC network may be provided for contractor personnel 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 But Unclassified (SBU). The documents that will be reviewed and produced are sensitive in nature and shall be protected from unauthorized disclosure. Work on this project requires that Contractor personnel have access to Privacy Act Information. Additionally, information available to the Contractor may be statutorily or commercially confidential. Contractor personnel shall adhere to The Privacy Act, Title 5 of the U.S. Code, Section 552a; The Trade 19

RFQ-FMC-11-0004

Secrets Act, Title 18, United States Code, Section 1905, and The Freedom of Information Act, 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 FISMA compliant. 10.1 Non-Disclosure Requirements

The Contractor and all employees, agents, subcontractors and subcontractor personnel who will have access to FMC documents or data during the performance of their duties under the contract shall execute a Non-Disclosure Agreement and return it to the Contracting Officer before being given access to such information or documents. 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, including subcontractors, meet the following security requirements for contractors to protect against unauthorized disclosure of Sensitive But Unclassified (SBU) data. SBU data includes, but is not limited 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 permanent resident 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 the Contracting Officers Technical Representative for processing, as follows: a) b) c) d) Completed fingerprint cards Non-disclosure Agreement Fair Credit Reporting Act Release SF 85-P, Questionnaire for Public Trust Positions

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

20

RFQ-FMC-11-0004

4) Applicable personnel who undergo NACLC investigations that reveal, but are not limited to, the following may be unacceptable under this contract: conviction of a felony, a crime of violence or a serious misdemeanor; a record of arrests for continuing 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 shall continue with the task. The Contractor shall agree to remove the person assigned within one business day of official notification by the Government and provide a replacement within five business days. New hires or substitutions of personnel are subject 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 Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally-controlled facility and/or routine access 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 rates and categories provided in the GSA Schedule Contract and the Contractors proposal as set forth in the Labor Rate Table. Labor rates may be lower than but may not exceed those set forth in the GSA Schedule. The offeror shall indicate in its proposal the extent to which its proposed price represents a discount from the firms standard GSA schedule pricing.

21

RFQ-FMC-11-0004

SECTION II: SCHEDULE OF SERVICES AND LABOR RATES The contractor shall furnish all resources, management, supervision, and services necessary to perform and provide work in accordance with Section I of the blanket purchase agreement and individual task orders. The fixed hourly rates, inclusive of all direct and indirect costs (including salaries; fringe benefits; overhead; and general and administrative expenses) and profit, are applicable for the BPA 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 Hourly Labor Rate Year One (effective dates) Hourly Labor Rate Year Two (effective dates) Hourly Labor Rate Year Three (effective dates) Hourly Labor Rate Year Four (effective dates) Hourly Labor Rate Year Five (effective dates)

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

22

RFQ-FMC-11-0004

Labor Rate Table above, and multiply the labor rate by the contractors estimated hours to provide 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 Category

Estimated Hours (Annual)

Labor Rate (from Labor Rate Table)

Extended Price

Total Estimated Annual Hours

2000

Total Evaluated Price

Task Or der Option Year 1

Labor Category

Estimated Hours (Annual)

Labor Rate (from Labor Rate Table)

Extended Price

Total Estimated Annual Hours

2000

Total Evaluated Price

23

RFQ-FMC-11-0004

Task Or der Option Year 2

Labor Category

Estimated Hours (Annual)

Labor Rate (from Labor Rate Table)

Extended Price

Total Estimated Annual Hours

2000

Total Evaluated Price

Task Or der Option Year 3

Labor Category

Estimated Hours (Annual)

Labor Rate (from Labor Rate Table)

Extended Price

Total Estimated Annual Hours

2000

Total Evaluated Price

Task Or der Option Year 4

Labor Category

Estimated Hours (Annual)

Labor Rate (from Labor Rate Table)

Extended Price

Total Estimated Annual Hours

2000

Total Evaluated Price

24

RFQ-FMC-11-0004

SECTION III BLANKET PURCHASE AGREEMENT (BPA) ADMINISTRATION TERMS AND CONDITIONS 1.0 Authority - Contracting Officer, Contracting Officer's Technical Representative and Contractor's Project Manager Contracting Officer (a) The Contracting Officer for this BPA is: Michael Kilby Director, Office of Management Services Federal Maritime Commission 800 N Capital Street NW Suite 926 Washington, DC 20573 (b) The Contracting Officer, in accordance with Subpart 1.6 of the Federal Acquisition Regulation, is the only person authorized to make or approve any changes in any of the requirements of this BPA, and notwithstanding any clauses contained elsewhere in this BPA, the said authority remains solely with the Contracting Officer. In the event the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the BPA price to cover any increase in cost incurred as a result thereof.

1.1

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 25

RFQ-FMC-11-0004 technical direction includes, without limitation, direction to the contractor that directs or redirects the labor effort, shifts the work between work areas or locations, fills in details and otherwise serves to ensure that tasks outlined in the work 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) (2) (3) (4) (5) (6) Constitutes a change of assignment or additional work outside the specification(s); Constitutes a change as defined in the clause entitled Changes; In any manner causes an increase or decrease in the BPA price, or the time required for BPA performance; Changes any of the terms, conditions, or specification(s)/work statement of the BPA; Interferes with the contractors right to perform under the terms and conditions of the BPA; or Directs, supervises or otherwise controls the actions of the contractors employees.

(d)

Technical direction may be oral or in writing. The COTR shall confirm oral direction in writing within five workdays, with a copy to the contracting officer. The contractor shall proceed promptly with performance resulting from the technical direction issued by the COTR. If, in the opinion of the contractor, any direction of the COTR, or his/her designee, falls within the limitations in (c), above, the contractor shall immediately notify the contracting officer no later than the beginning of the next Government work day. Failure of the contractor and the contracting officer to agree that technical direction is within the scope of the BPA shall be subject to the terms of the clause entitled Disputes.

(e)

(f)

1.3

Contractor Project Manager (a) The Contractor's designated Project Manager for this BPA is (Offeror to provide): Name: ________________________________ Office No: ___________________ Fax No: ________________ 26

RFQ-FMC-11-0004 E-Mail Address: ____________________________________________ (b) The Contractor shall provide a Project Manager for this BPA who shall have the authority to make any no-cost BPA technical, hiring and dismissal decisions, or special arrangement regarding this BPA. The Project Manager shall be responsible for the overall management and coordination of this BPA and shall act as the central point of contact with the Government. The Project Manager shall have full authority to act for the Contractor in the performance of the required services. The Project Manager, or a designated representative, shall meet with the COTR to discuss problem areas as they occur. The Project Manager or designated representative shall respond within four hours after notification of the existence 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) (b) Each task order shall specify the period of performance. All deliverables required under each task order shall be shipped F.O.B Destination to the Government address identified in each task order.

5.0

Invoices (a) Invoices shall be submitted in an original and two copies to the following address: FMC@bpd.treas.gov (b) A copy of the invoice shall also be submitted to the COTR and Contracting Officer simultaneously.

27

RFQ-FMC-11-0004 (c) Submission of proper invoices shall be rendered on a percentage complete basis in an amount equal to the value of the work performed. Each invoice submitted shall be supported by appropriate documentation as follows: (i) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the BPA to receive 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 shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration, or 52.232-34, Payment by Electronic Funds TransferOther Than Central Contractor Registration), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR Part 1315.

(d)

(e)

28

RFQ-FMC-11-0004 6.0 Key Personnel (a) The Contractor shall use the key personnel set forth in its quote, upon which award of this order shall be based, for performance of the effort set forth under the BPA. In the event that one or more of the personnel are not available, or become unavailable, the Contractor shall furnish substitute personnel of equal or superior relevant skills, which substitutions shall be subject to approval of the Contracting Officer. Substitution of Key Personnel by Contractor(1) The Contractor shall assign to the BPA those persons whose resumes were submitted with its offer who are necessary to fill the requirements of the BPA and orders thereunder. No substitutions shall be made except in accordance with this clause. The Contractor shall not allow personnel substitutions during the BPA performance period unless the Contractor promptly notifies the Contracting Officer, with a copy to the COTR, and provides the information required by paragraph (3) below. All proposed planned substitutions must be submitted, in writing, at least fifteen (15) working days in advance of the proposed substitutions to the Contracting Officer, and provide the information required by paragraph (3) below. Unplanned substitutions of key personnel require immediate notification to Contracting Officer, and information required by paragraph (3) below. All requests for substitutions must provide a detailed explanation of the circumstances necessitating the proposed substitutions, a complete resume for the proposed substitute, and any other information requested by the Contracting Officer needed to approve or disapprove the proposed substitution. All proposed substitutions must have relevant qualifications that are equal or superior to the qualifications of the person(s) to be replaced. The Contracting Officer, or an authorized representative, will evaluate such requests and promptly notify the Contractor of approval or disapproval thereof.

(b)

(2)

(3)

(c)

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

29

RFQ-FMC-11-0004 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 reassign Contractor employees whose continued use under this BPA and/or any Task Order issued under this BPA is deemed contrary to the best interests of the Government. The Contracting Officer will give notice of such reassignment in writing. In the event the Contractor finds it necessary to replace any of the assigned nonkey personnel during the performance of a Task Order, the Contracting Officer and Contracting Officer's Technical Representative shall be notified in writing. In cases of Contractor initiated reassignment of non-key personnel, notice shall be provided at least five (5) calendar days prior to reassignment. Replacement personnel shall meet or exceed the relevant qualifications of the originally assigned non-key personnel. This notice shall also include the resume(s) of the proposed replacement personnel. All replacement non-key personnel are subject to the prior written approval of the FMCs Program or Project Manager and Contracting Officer. 30

(b)

RFQ-FMC-11-0004

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 a clause 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)

31

RFQ-FMC-11-0004 SECTION IV INSTRUCTIONS TO QUOTERS The Government intends to award a single Blanket Purchasing Agreement (BPA) from this Request for Quote (RFQ), but reserves the right to make multiple awards. All communications concerning the RFQ, including any of a technical nature, shall be made through the Contracting Officer. Correspondence, including all questions, should be submitted to Peggy Wright via email at: Pwright@fmc.gov. 1.0 1.1 Quote Submission Instructions Time for Submission

All quotes shall be submitted via electronic mail to the contracting officer no later than 9:00 a.m. Eastern Time on August 25, 2011. Late quotes will not be accepted and will not be evaluated. 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 your organization; Input per Section III regarding the Contractor Project Manager and Key Personnel clauses; Submission requirements as outlined below per 2.0 of this section (Section IV) to address all non-price and price factors; and A copy of your GSA schedule contract that identifies and supports the Labor Categories and pricing information contained in your quote

Electronic quotes in PDF format shall be submitted via email to Pwright@fmc.gov. Electronic files must be in a format that can be read by Microsoft Office 2000 applications. The files that you submit will be scanned for viruses, and any files containing a virus will be immediately 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 Pwright@fmc.gov. 32

RFQ-FMC-11-0004

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 the responsible quoter(s) whose quote conforming to the RFQ is most advantageous to the Government, price and non-price factors considered. The Government intends to award a single Blanket Purchasing Agreement from this Request for Quote (RFQ), but reserves the right to make multiple awards or no award. Offers that do not meet all of the requirements specified in this solicitation may not be considered for award. The non-price factors, when combined, are significantly more important than price. FMC will use 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 conducting discussions. However, the Commission reserves the right to conduct discussions if the Contracting Officer later determines them to be appropriate. Because FMC may award without discussions, each quote submitted should present the most favorable non-price and price terms.

Factor I Technical Expertise Evaluation Criteria FMC will evaluate the Offerors ability to competently handle the most complex, difficult, and time sensitive data and document management consulting services for the Department of the FMC in accordance with the requirements set forth in the solicitation. FMC will evaluate the technical 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 in this solicitation. Submission Instructions The Offeror shall address each category set forth in 3.0 within Section I of the solicitation in which the offeror (including any proposed subcontractors) has expertise. The response shall include a description of the five (5) most relevant data and document management consulting 33

RFQ-FMC-11-0004 engagements performed over the past three (3) years. Summarize the engagements, the offerors role, date(s) of performance, and the total dollar amount of the engagement. Where possible, the Offeror 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 Management Plans demonstrate a comprehensive understanding, presents a feasible approach, and is complete as related to the requirements of this solicitation. Proposal submission instructions: The Offeror shall submit a Task Management Plan (TMP) in accordance with Section 5 of the PWS, utilizing the sample task order (Attachment 1). Offerors TMP shall consist of a breakdown of work within the sample task(s), including best practices for applications and database operation and maintenance. In addition, the TMP shall identify key personnel, work assignments, time allocations, delivery schedule, appropriate labor categories and pricing (see Section II) for the sample tasks (See Attachment 1). Sample task order is provided for evaluation purposes. However, FMC may, at its discretion, issue these sample tasks as a BPA Call at or following BPA award. Factor III Management and Staffing Approach Evaluation Criteria FMC 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 Instructions Describe your approach to managing performance under this contract. Address your ability to respond 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 the number and mix of available staff to support this requirement. Clearly identify any subcontractors and/or team members. Submit resumes for Key Personnel proposed, as defined in the solicitation (6.0 of Section III). Factor IV Past Performance Evaluation Criteria 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 34

RFQ-FMC-11-0004 sources available. If no relevant information on past performance is provided by the offeror or obtained by FMC, the offeror will be evaluated neither favorably nor unfavorably on past performance. Submission Instructions No additional information need be submitted. FMC will utilize information submitted for Factor I Technical Expertise, above. Factor V Labor Categories and Price Evaluation Criteria FMC will evaluate the pricing set forth in the offerors response(s) by multiplying the proposed labor rate for each labor category by the estimated number of labor hours per category to arrive at a total evaluated price. Submission Instructions The Offeror will complete the Labor Rate Table with fully-loaded hourly labor rates for each labor category. The Labor Rate Table will be incorporated into the ensuing contract, and the Contractor may not exceed these rates during contract performance. Contractor shall provide GSA Contract information which identifies and supports the Labor Categories and pricing information 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 Rate Table, and multiply the labor rate by the estimated hours provided to arrive at an estimated price for each labor category. The total evaluated price will consist of the sum of the estimated prices for each labor category. 3.0 Page Limits

Quoters shall submit each volume as listed above in their quotes. Quoters proposal shall be limited 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 beyond the stated limit will not be evaluated.

35

RFQ-FMC-11-0004

Contents Cover letter and signature page Input per Section III regarding the Contractor Project Manager and Key Personnel clauses. Volume I Technical Expertise Volume II Technical Approach Volume III Management and Staffing Approach Volume IV Labor Categories and Price

Page Limit Two (2) pages No page limit Five (5) pages Fifteen (15) pages Five (5) pages, excluding resumes No page limit

36

RFQ-FMC-11-0004 ATTACHMENT 1 SAMPLE TASK ORDER This sample task order is provided for evaluation purposes. However, FMC may, at its discretion, 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 major applications and databases. Under this effort, the contractor shall be responsible for the development, programming, integration, maintenance, administration, and documentation of the FMC applications and databases. The contractor must be an expert program manager and integrator whose focus is on customer service. Contractor will be required to have operational expertise with: - Microsoft Office Suite - XML - Microsoft SQL 2005 and above - HTML, CSS - SSIS, SQL stored procedures - Structured Query Language - ASP.Net - Section 508 tools - C#, Visual Basic - JavaScript or other scripting languages - Microsoft Windows Server 2003 and above (with IIS v5 and above) - AJAX, jQuery

The nature of work sought under this requirement consists of contractor resources required for: - Project management and reporting - Section 508 Testing - Software installation/configuration on - Procedure input and review for all supported platforms software usage - Requirement review for completeness - Application support Help Desk and test plan preparation - Software Release documentation and - Requirements traceability production release instructions - Test case documentation - Problem resolution in support of Application Support Help Desk - Functional Testing - Documentation - Regression Testing Preparation/Consolidation and testing - Automated Testing

37

RFQ-FMC-11-0004 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 to extend the term of the task order.

4.0 4.1

Technical Requirements General Requirements

The contractor shall be responsible for providing database programmers, developers, administrators, technical writers to maintain all FMCs applications and databases, as needed for up to 2000 hours per year. 4.1.1 The contractor shall provide support in: System Analysis Database architecture and management User Interface Design and Development Programming The contractors Project Manager, or an appropriate designee, shall meet regularly with the 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 be negotiated after the task order award. The contractor shall deliver meeting minutes, reporting the issues discussed in the meeting, and the action items for each meeting member to address, within 5 working days after each meeting. Unless directed otherwise, the contractor shall write all documentation in accordance with the Security Assessment & Authorization (SA&A) model (NIST 800-37).

4.1.2

4.1.3

38

RFQ-FMC-11-0004 4.1.4 Section 508 Compliance All electronic and information technology (EIT) procured through this task order must meet the applicable accessibility standards at 36 CFR 1194. This regulation (36 CFR 1194) implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.section508.gov. The contractor shall support the Government in its compliance with Section 508 throughout the development and implementation of the work to be performed. Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d) requires that when Federal agencies develop, procure, maintain, or use electronic information technology, and Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who do not have disabilities, unless an undue burden would be imposed on the agency. Section 508 also requires that individuals with disabilities, unless an undue burden would be imposed on the agency. Section 508 also requires that individuals with disabilities, who are members of the public seeking information or services from a Federal agency, have access to and use of information and data that is comparable to that provided to the public who are not individuals 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 with written reports when directed. This notification shall not relieve the contractor of its responsibility to correct problems for which they are responsible. The contractor will work cooperatively with the Government to resolve issues as they arise.

4.2 4.2.1

Tasks 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 current applications and databases, and recommend which elements of the system should

39

RFQ-FMC-11-0004 be redeveloped. The report with recommendations containing the analysis shall be 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 user interfaces for all FMCs applications and databases, and perform website process engineering, systems alignment, and performance measurement activities as need to support FMC. The contractor shall ensure that any web-enabled interface sites meet all Federal regulatory guidance as it applies to the installation, operation, and management of Web sites, this is to include, but not limited to, complying with Federal mandated requirements including the section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 5 794d). Specifically 1194.22 Web-based Internet Information and Applications for the web. 4.2.1.4 The contractor shall ensure continuous operation of all current major applications and databases, while making changes and updates as needed. 4.2.1.5 The contractor shall use commercial-off-the-shelf products to develop and incorporate new application enhancements and identify opportunities for workflow and process automation that include test plans for implementation, as requested and approved by the COTR. 4.2.1.6 The contractor shall provide support for development of any new services that may be required throughout the period of performance, including enhancements to databases, interfaces, and application automation. These tasks will be assigned directly by the COTR. 4.2.1.7 The contractor shall monitor statistics for all FMC applications and systems, and provide 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 all applications. Examples of such documentation include: Concept of Operations Functional Requirements Document System Design Document Interface Control Document 40 System Security Plan Security Risk Assessment Plan Implementation Plan Maintenance Manual

RFQ-FMC-11-0004 Test and Evaluation Master Plan Risk Management Plan Configuration Management Plan Operations Manual User Manual

5.0 5.1

Task Order Deliverables 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 Furnished Information/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 and schedules. The meeting shall be attended by all contractor key personnel and shall be held at the Government 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 matrix and 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, the COTR or other designated evaluator will follow the method of surveillance specified in this task order. Government personnel will record all surveillance observations. When an observation indicates defective performance, the COTR or other designated evaluator will require the contractor manager or representative at the site to initial the observation. The initialing of the observation does not necessarily constitute concurrence with the observation. It acknowledges that 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 the Performance 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 standard inspection 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.

41

RFQ-FMC-11-0004 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 order accounting 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 in calendar days unless otherwise noted. Milestone/Deliverable Initial Kickoff Meeting QASP Monthly Status Report (MSR) Including functional activity progress, cost, and performance status Complete Documentation (as requested by COTR) PWS Section Reference 5.1 5.2 5.3; Attachment 2 Planned Completion/Due Date 10 calendar days after award 15 calendar days after award 5 business days following the end of each calendar month

4.2.2

To be determined

42

RFQ-FMC-11-0004 7.0 Performance Criteria Matrix Measures of Success and Indicators Provide support for maintaining FMC applications/databases. Analyze and document the structure and content of all current applications/databases. Develop, maintain, and administer all web-based user interfaces for all required FMCs applications/databases. Ensure continuous operation of all FMCs applications/databases. Develop and incorporate new application enhancements and identify opportunities for workflow and process automation Provide support for development of any new services that maybe required as assigned by the COTR. Monitor statistics for all FMC applications and systems, and provide performance metrics 43 Standards Criteria 100% compliance Method of Surveillance COTR review of deliverables

Deliverable or Services Required PWS 4.2.1 Task 1: Databases Development and Maintenance

RFQ-FMC-11-0004 reports for technical and non-technical FMC staff. Create and maintain documentation for all applications, as assigned by the COTR. Provide accurate reports reflecting required information in the prescribed format and delivered on or before the due date. Ensure that any webenabled interface sites are compliant with Section 508.

PWS 4.2.2 Task 2: Documentation

100% compliance

COTR review of deliverables

PWS 5.3 Monthly Status Report (MSR)

100% compliance

COTR review of deliverables

PWS 4.1.4 Section 508 Compliance

100% compliance

COTR review of deliverables

8.0 8.1

Task Order Terms and Conditions Place of Performance

The tasks described in this statement of work shall be performed at the FMC offices located on the 9th and 10th floors at 800 North Capitol St. NW, Washington, DC 20573. 8.2 Hours of Operations

Contract employees will provide coverage between the hours of 8:30 AM 5:00 PM Eastern Time, Monday through Friday, except government observed holidays. Contractors may be required to access facility weekends and after hours. Contract employees shall work hours associated 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 all Government furnished data. The contractor shall neither retain nor reproduce for private or commercial use any data or other materials furnished under this order. The contractor agrees not to assert any rights at common law or in equity or establish any claim to statutory copyright in

44

RFQ-FMC-11-0004 such data. These rights are not exclusive and are in addition to any other rights and remedies to which the Government is otherwise entitled. 8.4 Contractor Produced Software, Data, and Materials

The Government shall be granted a perpetual license and have unlimited rights, as delineated in FAR Clause 52.227-19, Commercial Computer Software-Restricted Rights (Dec 2007), which shall be incorporated into the resultant delivery order by reference, all computer software, documentation and other data developed by the contractor for the FMC applications and database development under this task order. This includes, but not limited to, all property rights, including publication rights, in the information and materials produced by the contractor in connection with this delivery order. Information and materials shall include, but are not limited to: progress reports, computer software applications/databases, software documentation, plans, systems analysis, reports, extracts, test data and procedures, and training materials. The contractor shall not duplicate or disclose in any manner, for any purpose whatsoever, or have or permit others to do so, any of the computer software, documentation, and other data developed by the contractor under this delivery order.

45

RFQ-FMC-11-0004 ATTACHMENT 2 MONTHLY STATUS REPORT Date: Enter Date Reporting Period: Enter Date Contract Information Contractor Name: Click here to enter Title Description of requirement: Click here to enter text. COTR (Government POC): Click here to enter COTR Name BPA/Task Order Number Enter BPA Number (Enter each Task order as a separate entry) Period of Performance (excluding options) Enter Date from - to

Reporting Period Update BPA cost summary Current BPA Obligations: Enter value Costs incurred through current reporting period: Enter value Projected cost next reporting period: Enter value Remaining funds on contract/order: Enter value Projected Cost at Order completion: Enter value Are there any issues completing the BPA within the schedule with available funds and? YES/NO If YES, discuss issues: Click here to enter text. Performance & Deliverables Describe key transaction during this reporting period. Enter text List deliverables produced during this reporting period. Enter text

46

RFQ-FMC-11-0004 Monthly Status Report (Continued) Describe significant accomplishments during this reporting period. Click to enter text Describe significant challenges during this reporting period. Enter text Subcontracts List subcontractors performing during this period & incurred costs Subcontractor Name Socioeconomic Category Incurred Costs Subcontractor Name Socioeconomic Category Incurred Costs Subcontractor Name Socioeconomic Category Incurred Costs Subcontractor Name Socioeconomic Category Incurred Costs

Subcontract Value Subcontract Value Subcontract Value Subcontract Value

Small Business Subcontracting What actions have you taken to achieve the goals set forth in your subcontracting plan (if applicable) during this reporting period? Enter text Is your company on track to achieve its Small Business Subcontracting goals and objectives? YES/NO If NO, discuss efforts to increase your level of Small Business Subcontracting: Enter text.

Include the following Attachments (if required) Attachment A: List Government Furnished Property on this BPA. Attachment B: List all contractor personnel that worked on this BPA during the reporting period.

47

RFQ-FMC-11-0004 ATTACHMENT 3 NON-DISCLOSURE AGREEMENT


Information Technology Services Conditional Access to Sensitive but Unclassified Information Non-disclosure Agreement I, the undersigned, hereby consent to the terms in this Agreement in consideration of my being granted conditional access to certain United States Government documents or material containing sensitive but unclassified or otherwise confidential information. I understand and agree to the following terms and conditions: 1. By being granted conditional access to sensitive but unclassified information, the United States Government has placed special confidence and trust in me and I am obligated to protect this information from unauthorized disclosure, in accordance with the terms of this Agreement. 2. As used in the Agreement, sensitive but unclassified information is any information the loss, misuse, or unauthorized access to or modification of which could adversely affect the national interest or the conduct of Federal programs, or the privacy to which individuals are entitled under Title 5 USC 522a ("The Privacy Act"), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense or foreign policy. I understand any information or data protected from unauthorized disclosure by the provisions of Title 18, United States Code, Section 1905 (The Trade Secrets Act) or data or systems of records protected from unauthorized disclosure by the provisions of Title 5, United States Code, Sections 552 (often referred to as "The Freedom of Information Act") and 552a is/are sensitive data. 3. I and my company are being granted conditional access contingent upon my execution of this Agreement for the sole purpose of the Information Technology Services BPA. This approval will permit me and my company conditional access to certain information, (documents, memoranda, reports, testimony, deliberations, etc.) and/or to attend meetings in which such information is discussed or otherwise made available to me. This Agreement will not allow me access to materials which the Federal Maritime Commission has predetermined, in its sole discretion, are inappropriate for disclosure pursuant to this Agreement. This may include sensitive but unclassified information provided to the Commission by other agencies of the United States Government. 4. I will never divulge any sensitive but unclassified information that is provided to us pursuant to this Agreement to anyone, unless we have been advised in writing by the Commission that the individual is authorized to receive it. Should we desire to make use of any sensitive but unclassified information, we will do so in accordance with paragraph 6 of this Agreement. I will submit to the Federal Maritime Commission for security review, prior to any submissions for publication, any book, article, column or other written work for general publication that is based upon any knowledge obtained during the course of

RFQ-FMC-11-0004
the work performed in Information Technology Services in order for the Commission to ensure that no sensitive but unclassified information is disclosed. 5. I hereby assign to the United States Government all royalties, remunerations, and emoluments that have resulted, will result or may result from any disclosure, publication, or revelation of sensitive but unclassified information not consistent with the terms of this Agreement. 6. If I am permitted, at the sole discretion of the Commission, to review any official documents containing sensitive but unclassified information, such review will be conducted at a secure facility or under circumstances that will maintain the security protection of such materials. I will not be permitted to and will not make any copies of documents or parts of documents to which conditional access is granted to me. Any notes taken during the course of such access will remain at the Commission, to be placed in secure storage unless it is determined by FMC officials that the notes contain no sensitive but unclassified information. If I wish to have the notes released to us, FMC officials will review the notes for the purposes of deleting any sensitive but unclassified information to create a redacted copy of the notes. If I do not wish a review of any notes made, those notes will remain in secure storage at the FMC. 7. If I violate the terms and conditions of this Agreement, I/we understand that the unauthorized disclosure of sensitive but unclassified information could compromise the security of the Federal Maritime Commission. 8. If I violate the terms and conditions of this Agreement, such violation may result in the cancellation of the conditional access to sensitive but unclassified information for me and my company. This may serve as a basis for denying me or the company conditional access to FMC information, both classified and sensitive but unclassified information in the future. If I violate the terms and conditions of this Agreement, the United States may institute a civil action for damages or any other appropriate relief. The willful disclosure of information to which I have agreed herein not to divulge may constitute a criminal offence. 9. Unless and until I am provided a written release by the Federal Maritime Commission from this Agreement or any portions of it, all conditions and obligations contained in this Agreement apply both during my period of conditional access, which shall terminate at the conclusion of my work on Information Technology Services for the Commission, and at all times thereafter. 10. Each provision of this Agreement is severable. If a court should find any provisions of this Agreement unenforceable, all other provisions shall remain in full force and effect. 11. I understand that the United States Government may seek any remedy available to it to enforce this Agreement, including, but not limited to, application for a court order prohibiting disclosure of information in breach of this Agreement.

ii

RFQ-FMC-11-0004
12. By granting me conditional access to information in this context, the United States Government does not waive any statutory or common law evidentiary privileges or protections that it may assert in any administrative or court proceeding to protect any sensitive but unclassified information to which my company has been given conditional access under the terms of this Agreement.

13. These restrictions are consistent with and do not supersede, conflict with or otherwise alter the employee obligations, rights or liabilities created by Executive Order 13526; Section 7211 of Title 5, United States Code (governing disclosures to Congress); Section 2302(b)(8) of Title 5, United States Code, as amended by the Whistleblower Protection Act (governing disclosures of illegality, waste, fraud, abuse or public health or safety threats); the Intelligence Identities Protection Act of 1982 (50 USC 421 et seq.) (governing disclosures that could expose confidential Government agents), and the statutes that protect against disclosure that may compromise the national security, including Sections 641, 793, 794, 798, and 952 of Title 18, United States Code, and Section 4(b) of the Subversive Activities Act of 1950 (50 USC Section 783 (b)). The definitions, requirements, obligations, rights, sanctions and liabilities created by said Executive Order and listed statutes are incorporated into this Agreement and are controlling.
14. My execution of this Agreement shall not nullify or effect in any manner any other secrecy or nondisclosure Agreement which I have executed or may execute with the United States Government. 15. I make this Agreement in good faith, without mental reservation or purpose of evasion.

Signature

Date

Printed Name and Title

This Agreement was accepted by the undersigned on behalf of the Federal Maritime Commission as a prior condition on conditional access to sensitive but unclassified information.

Signature

Date

Printed Name and Title

iii

You might also like