8.OFFER DUE DATE: 2:00pm September 18, 2008 12. PAYMENT DISCOUNT TERMS



Similar documents
REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO.

TABLE OF CONTENTS. Prefacej... 1

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

Business Intelligence Data Analyst

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

CITY OF BONITA SPRINGS, FLORIDA RFP #

MEDICAL CAPTIVE INSURANCE COMPANY PROCUREMENT POLICIES AND PROCEDURES

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

May 29, 2012 Solicitation of quotations

COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC460) Prince William, Virginia (703) Metro Fax (703)

Town of Montreat Buncombe County, North Carolina

STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS

The CITY OF BAYONNE is soliciting responses/proposals to the City s RFQ/RFP for the provision of the following professional services:

NPSA GENERAL PROVISIONS

Among other things, completion of the project will allow expansion at the campus to include 6 th -8 th graders and serve over 1,000 students.

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

Center Unified School District

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

Contracting Officer s Technical Representation

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

GENERAL SERVICES ADMINISTRATION Federal Acquisition Service Mission Oriented Business Integrated Services (MOBIS) SCHEDULE PRICE LIST

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

RRC STAFF OPINION PERIODIC REVIEW AND EXPIRATION OF EXISTING RULES REPORT

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

Department of Purchasing & Contract Compliance

Purchasing a Business in Utah - RFP Approval Bid Process

Policy Number: Policy Name: Professional Services and Construction Services Procurement

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

REQUEST FOR PROPOSAL (RFP) FORM. Enter title here. Invitation to Bid. Utica College invites you to submit a proposal to brief description.

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

REQUEST FOR PROPOSAL (RFP) # 1853 SOLICITED BY THE NEW YORK STATE OFFICE OF GENERAL SERVICES ON BEHALF OF THE

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

Department of Purchasing & Contract Compliance

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

The CITY OF BAYONNE is soliciting responses/proposals for the provision of the following professional services:

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

The CITY OF BAYONNE is soliciting bids for the provision of the following professional services:

Enterprise Content Management Consultant

REQUEST FOR PROPOSALS Occupational Therapy Services July 29, 2014

ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

LEGAL NOTICE REQUEST FOR BID SEALED BID For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.

The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services:

REQUEST FOR PROPOSALS

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/15/0061

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

DGS (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR A. DISASTER MANAGEMENT DEBRIS MONITORING SERVICES

Request for Proposal PLUMBING INSPECTOR SERVICES

This page left blank intentionally

MANAGEMENT 3 PROCUREMENT AND CONTRACTOR. Purpose

EnCase Implementation Statement of Work

COUNTY OF COLE JEFFERSON CITY, MISSOURI

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

THE TOWN OF NORTH SMITHFIELD

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

Department of Purchasing & Contract Compliance

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

Prosecutorial Case Management System Maintenance/Enhancement Support Services. Request for Proposal: RFP #

CHAPTER 23. Contract Management and Administration

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

Robla School District

To: From: Patricia Baskerville, PCS Phone: (000) Date: June 12, 2015 Pages: 10

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities

LEARNING CENTER WELCOME VIDEO

GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS. Perley Elementary School Roof Replacement Project DESIGN SERVICES

DOING BUSINESS WITH CHARLOTTE-MECKLENBURG SCHOOLS A GUIDE FOR VENDORS. March 2007

PUTNAM CITY SCHOOLS CAMPUS POLICE DEPARTMENT REQUEST FOR QUOTE FOR ARMED SECURITY GUARDS SCHOOL YEAR

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

SMART SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION REQUEST FOR QUOTES QUANTITY UNIT DESCRIPTION UNIT EXTENSION PRICE

EnCase Implementation Statement of Work

APPALCART REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS (RFP) FOR RECORDKEEPING MODERNIZATION PROJECT MANAGEMENT OVERSIGHT

REQUEST FOR PROPOSAL: ACCOUNTING/BOOKKEEPING SERVICES

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

Request for Proposal No. RFP Project Construction Management Services. for. Capital Levy BTA IV Project: Ingraham High School Classroom Addition

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES

State Health Benefit Plan Procurement Policy

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for. Telephone Service (Analog Phone Service)

REQUEST FOR PROPOSALS

MU2E PROCUREMENT MANAGEMENT PLAN

Senior Security Analyst

Transcription:

TASK ORDER UNDER GENERAL SERVICES ADMINISTRATION (GSA) FEDERAL SUPPLY SCHEDULE CONTRACT 1.REQUISITION NUMBER PAGE 1 OF 19 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 7. FOR SOLICITATION INFORMATION CONTACT: 9. ISSUED BY A. NAME Melford G. Brown DISTRICT OF COLUMBIA OFFICE OF CONTRACTING & PROCUREMENT 441 4 TH STREET, N.W., SUITE 930 SOUTH WASHINGTON, DC 20001 4. ORDER NUMBER 5. SOLICITATION NUMBER DCTO-2008-T-0353 10. THIS ACQUISITION IS SIC: UNRESTRICTED SET ASIDE %FOR SMALL BUSINESS SMALL DISADV. BUS. 8(A) DCSS SIZE STANDARD: B. TELEPHONE (No Collect Calls) (202) 727-0229 Melford.brown@dc.gov 11. DELIVERY FOR FOB DESTINATION UNLESS BLOCK IS MARKED SECTION F 13a. RESERVED 13b RESERVED 14. METHOD OF SOLICITATION 6. SOLICITATION ISSUE DATE September 15, 2008 8.OFFER DUE DATE: 2:00pm September 18, 2008 12. PAYMENT DISCOUNT TERMS NET 30 Sole Source IFB RFP 15. Instructions to Bidders: Please complete Blocks 17A, 29A and29b, submit separate price and technical proposals, one (1) original and three (3) copies of signed quotations to Office of Contracting and Procurement, 441 4 th Street, NW, Suite 703 (Bid Room), Washington, D.C. 20001. This is the only authorized method of submitting a quotation for this RFQ. All quotations must be received no later than the date and time stated in block 10 of this RFQ. 17A. CONTRACTOR / OFFEROR 18A. PAYMENT WILL BE MADED BY CODE ACCOUNTS PAYABLE OFFICE OF THE CHIEF TECHNOLOGY OFFICER 441 4 TH STREET, NW, SUITE 930 SOUTH WASHINGTON, D.C. 20001 Telephone: (202) 727-2277 Fax: (202)727-1216 CODE FACILITY CODE 17B. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18B. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18A UNLESS BLOCK BELOW IS CHECKED 19 IEM NO. 20 SCHEDULE OF SUPPLIES/SERVICE 21 QUANTITY 22 UNIT 23 UNIT PRICE 24 AMOUNT SEE PAGE 2 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD (FOR GOVT. USE ONLY) 27. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 3 COPIES TO THE ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL PAGES SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN 28. AWARD OF CONTRACT; REFERENCE OFFER DATED. YOUR OFFER ON SOLICITATION (BLOCK 5). INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: 29A. SIGNATURE OF OFFER / CONTRACTOR X 30A. DISTRICT OF COLUMBIA (SIGNATURE OF CONTRACTING OFFICER) 29B. NAME AND TITLE OF SIGNER (TYPE OR PRINT) X 29C. DATE S IGNED 30B. NAME OF CONTRACTING OFFICER (TYPE OR PRINT ANNIE R. WATKINS 30C DATE SIGNED

Supplies or Service and Price BASE PERIOD ITEM DESCRIPTION UNIT ESTIMATED HOURS FIXED RATE ESTIMATED AMOUNT 0001 Data Architect OPTION PERIOD 1 Hour 500 1001 Data Architect OPTION PERIOD 2 2001 Data Architect OPTION PERIOD 3 Hour Hour 1,000 1,000 3001 Data Architect Hour 1,000 Total Amount STATEMENT OF WORK 1. SCOPE The Office of the Chief Technology Officer (OCTO) is seeking a Data Architect to ensure that strategic goals are optimized through the use of enterprise data standards and the creation and maintenance of a centralized registry of metadata. 2 PRIMARY RESPONSIBILITIES A. Data ownership and stewardship. B. Setting up and running a data governance group. 3 SKILLS AND EXPERIENCE REQUIRED OF DATA ARCHITECT A. Ability to understand and articulate the multiple legs or disciplines of enterprise architecture. B. Demonstrated understanding of data ownership, data stewardship, and data policy. C. Experience setting up and running a data governance group. 2

D. Ability to explain and defend various architectural strategies. E. Demonstrate an understanding of the issues around developing, marketing, and deploying an enterprise-wide architecture. F. Experience working with multiple business units to develop and deploy a sustainable, flexible, and adaptive enterprise architecture. G. Demonstrate expertise implementing and enterprise architecture in an organization of greater than 25,000 people. H. Demonstrated ability to elicit wide-spread adoption of data standards, practices, and policy. I. Command of multiple data repository tools. J. Demonstrated experience establishing metadata repositories. K. Experience writing data standards and policies. L. Ability to pick up work that has already been done and update and refine it to reflect both the District s current environment and the latest best practices. M. Work requires the user of Telelogic s System Architect to define and capture the architecture. N. Ability to provide examples and referenceable work in data architecture. The position requires a bachelor's degree in a related area. The candidate should be familiar with a variety of program management concepts, practices, and procedures and rely on experience and judgment to plan and accomplish goals. A wide degree of creativity and latitude is expected with coordination with the COTR. 5. PERIOD OF PERFORMANCE AND LEVEL OF EFFORT The services under this purchase order will be paid on the labor hour contract basis, consistent with those rates provided in the contractor s lowest proposal rate. The Contractor shall identify labor rate(s) for the contracted period. The period of performance shall be for five hundred (500) hours from the date of award with three (3) Option Periods for up to one thousand (1,000) hours each. 6. OPTION TO EXTEND THE TERM OF THE CONTRACT The District may extend the term of this contract for a total of three (3) periods of one thousand (1,000) hours each or successive fractions thereof, by giving written notice to the Contractor before the expiration of the contract or previously executed option; provided that the District shall give the Contractor a preliminary written notice of its intent to extend at least thirty (30) days before the contract or option expires. The preliminary notice does not commit the District to an extension. The exercise of an option is subject to the availability of finds at the time of the exercise of the option. The Contracting Officer may waive the thirty (30) day preliminary notices requirement by providing a written waiver to the Contractor prior to the expiration of the contract or previously executed option. 7. EVALUATION CRITERIA OCTO/E-Gov will evaluate individual candidates for this position based on the following evaluation factors (listed in order of importance). 3

A. Skills, Experience, and Knowledge (maximum of 70 points) Demonstrated understanding of and experience implementing data ownership, data stewardship, and data policy. (20 points) Documented experience setting up and running a data governance group. (20 points) Ability to understand and articulate the multiple legs or disciplines of enterprise architecture Documented experience working with multiple business units to develop and deploy a sustainable, flexible, and adaptive enterprise architecture Experience using Telelogic s System Architect to define and capture the architecture B. Cost (maximum of 30 points) C. Scoring The weight percentages will be applied to each category score to derive the final candidate score. 8. PROPOSAL Contract Type Cost of labor detailed by discipline and hours and by activity (i.e., project task). The requirements shall be performed on a labor hour basis. Proposal should include rate for onsite work where District provides space and supporting equipment (telephones, network, access, etc.) NOTE: Rate includes provision by contractor of laptop computer and all software necessary to carry out assigned tasks for the contractor staff member assigned to this contract. Contractor will also incur costs for public transportation as required by contractor staff member to attend meetings as needed. Travel is not reimbursable. Qualifications: Contractor shall provide resumes of no more than two (2) candidates for the open position. Resume should include supplementary information necessary to prove that proposed personnel meet the qualification requirements. Supplementary information should include detail regarding number of years of experience and level of mastery of key skills identified in the position s responsibilities description. Change in Personnel: Contractor shall notify the District no less than 30 days in advance of any proposed change in personnel associated with this contract. The District reserves the right to review, interview and/or approve any proposed replacement candidates. Contractor Team and Project Management: The contractor shall provide administrative management and administrative support necessary for the work hereunder. This support shall be provided at no cost to the District. 9. ADMINISTRATIVE CONCERNS (a) The contractor will follow the procedures and rules of the Government of the District of Columbia, OCTO s PO and additional procedures that the District representative may direct from time-to-time. (b) During performance of work and/or at completion of work, provide orderly hand-over of work products and deliverables to designated District representative. (c) The Contractor shall perform all tasks at 441 4 th Street, NW, Washington DC, or at any other District locations as directed by OCTO. 4

(d) (e) (f) (g) (h) The contractor will provide weekly timesheets, in the formats supplied by the District, reporting all time worked by person s name, days worked, and time worked. Each person is billable only to a maximum of eight (8) hours per day, 40 hours per week unless prior approval has been granted by the Deputy CTO. Vendor may not incur additional subcontractor costs without consent of District. The Contracting Officer s Technical Representative (COTR), unless the representative expressly assigns a designee, is responsible for oversight and acceptance on all matters pertaining to the contract performance, other than those reserved to the Contracting Officer. All invoices will be submitted on a monthly basis for certification to the COTR. All invoices shall be submitted The District will direct the contractor as to the normal business hours of operation and will adjust the hours as necessary during the contract period to meet business needs. The current normal hours of operations are Monday through Friday, excluding District holidays from 8:30AM to 5:30PM. 10. ADVISORY AND ASSISTANCE SERVICES The contract is a non-personal services contract. It is therefore, understood and agreed that the contractor and/or the contractor s employees: (1) shall perform the services specified herein as independent contractors, not as employees of the government; (2) shall be responsible for their own management and administration of the work required to bear sole responsibility for complying with any and all technical, schedule, financial requirements or constraints attendant to the performance of this contract; (3) shall, pursuant to the government s right and obligation to inspect, accept or reject work, comply with such general direction of OCTO s duly authorized representative as is necessary to ensure accomplishment of the contract objectives. By accepting this order or contract the vendor agrees, that the District, at its discretion, after completion of this order or contract period, may hire an individual who is performing services as a result of this order or contract, without restriction, penalties, or fees. 11. ADMINISTRATIVE CONCERNS Contracting Officer Contracts may be entered into and signed on behalf of the District Government only by Contracting Officers. The name, address and telephone number of the Contracting Officer for this requirement is: Annie R. WatkinsContracting Officer Office of Contracting and Procurement Office of the Chief Technology Officer 441 4th Street NW, Suite 930 South Washington, DC 20001 Telephone: 202-727-0084 Fax: 202-727-1679 E-mail: annie.watkins@dc.gov 5