Statement of Work (SOW)



Similar documents
Course Objectives: COR Contracting Officer's Representatives in a Contingency Environment

Office of Small and Disadvantage Business Utilization (OSDBU) Logistics Support Contract

Government of Saskatchewan Executive Council. Oracle Sourcing isupplier User Guide

Kuali Coeus and InfoEd Reporting Rev. 0 RFP # Scope of Work

Chapter 16. Competitive Negotiation: Negotiations

Replacement of Heat System Components

AMENDMENT NO. 1. OMB Circular A-1 23 Consulting Services. Wednesday, August 29,2012, no later than 1.00 pm EST

REQUEST FOR PROPOSALS FOR AS-NEEDED FEASIBILITY STUDIES AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

ACG Commissioning Guideline

Northampton Community College Bethlehem, PA Request for Proposals

STATEMENT OF WORK 1. BACKGROUND:

FINAL REQUEST FOR QUOTE ENTERPRISE COLLABORATION AND CUSTOMER RELATIONSHIP MANAGEMENT CORRESPONDENCE SYSTEM IMPLEMENTATION. BPA Task Order 0001

Request for Proposals IT INFRASTRUCTURE MODERNIZATION

City and County of San Francisco

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA THE BEST PLACE TO LEARN REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES

NIE 14.1 INTEROPERABLE SOFTWARE VOICE CLIENT SOLUTION

Request for Proposal Name of Organization Title of work project

SaaS Terms & Conditions

Work Breakdown Structure Element Dictionary Construction

ANNEX III. Special Instructions & Evaluation Criteria

III. SCOPE OF WORK Conference Facilitator RFP Date Modified: November, 2015

CITY OF SAN MATEO, CALIFORNIA

SECTION 85 ESTIMATING EMPLOYMENT LEVELS AND THE EMPLOYMENT SUMMARY (SCHEDULE Q) Table of Contents

Request for Proposal Digital Asset Management October 24, 2014

Statement Of Work Professional Services

REQUEST FOR PROPOSAL (RFP) FOR EMS MEDICAL BILLING AND COLLECTION FOR. DUPLIN COUNTY North Carolina PROPOSALS TO BE SUBMITTED TO:

State of Minnesota Judicial Branch Master Service Agreements Statement of Work (SOW)

CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)

Quality Assurance Surveillance Plan (QASP) for

Contract Number: GS-35F-155CA Contract Period: January 28, 2015 January 27, 2020

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

REQUEST FOR PROPOSALS

INVITATION TO BID: ITB

REQUEST FOR PROPOSALS. Recreation Event Coordinator For City of Colusa

GUIDELINES FOR THE ENGAGEMENT OF EXTERNAL CONSULTANTS/PROFESSIONAL SERVICES AT MEMORIAL UNIVERSITY

E-Newsletter and Marketing Solution Request for Proposal. Scope of Work

EL PASO COUNTY, TEXAS REQUEST FOR PROPOSALS DIGITAL CONVERSION OF MICROFILM IMAGES AGENDAS AND MINUTES FOR THE COUNTY CLERK

Request for Proposal NEWARK CEDC. 111 Mulberry Street Market Street Suite LL Newark, NJ 07102

ADVERTISEMENT FOR BIDS

Buildings & Properties CONTRACTOR NEWS March 2015 THIS MONTH. Corporate Compliance. Labor Rate Audit Findings Refer to

Information Concerning Specifications: Contact: Torri Martin (770)

Lawrence Livermore National Laboratory

Consulting and Technical Services (CATS) Task Order Request for Proposals (TORFP)

Mondays 9:00 a.m. 4:30 p.m. Tuesdays 9:00 a.m. 4:30 p.m. Wednesdays 9:00 a.m. 1:00 p.m. Thursdays 9:00 a.m. 4:30 p.m. Fridays 9:00 a.m. 4:30 p.m.

STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES REQUEST FOR INFORMATION DFS RM RFI 12/13-04

Chapter 15. Competitive Negotiation: Evaluating Proposals

PROPANE EDUCATION & RESEARCH COUNCIL. Request for Proposals to Develop an Aftermarket Bi-Fuel Propane Autogas Vehicle System. Posted August 15, 2011

REQUEST FOR PROPOSAL Website Design and Development. DUE DATE: FEBRUARY 19, :00 p.m.

Subj: Appointment as a Contracting Officer's Technical Representative (COTR)

REQUEST FOR PROPOSALS. March 4, 2016, 17:00 pm Central European Time Closing Deadline:

CDO WORKFORCE INVESTMENT BOARD. REPLACES CDO Workforce Investment Board Procurement Policy, dated 9/30/05

REQUEST FOR PROPOSAL

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

RFP Milestones, Instructions, and Information

TABLE OF CONTENTS. Purchasing and Contracts Division Purchasing Policies and Procedures The Competitive Process... 2

REQUEST FOR PROPOSAL

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Request for Proposal (RFP) Event Management Services. For. Project Management Institute Ottawa Valley Outaouais Chapter (PMI OVOC)

DRAFT VEHICLE MAINTENANCE AGREEMENT BETWEEN THE COUNTY OF SANTA CLARA AND OUTREACH

REQUEST FOR PROPOSALS

Request for Proposal For Internet Service

Request for Proposal Permitting Software

Request for Proposal. Retail Consulting Services Date issued: Monday November 24, 2014 Close date: Wednesday December 10, 2014 at 12:00 pm MST

This strategic initiative is being undertaken to strengthen the organization during a growth period.

Controlling Our Critical Path: A CDOT Guide to Better Project Management Practices

REQUEST for STATEMENTS OF QUALIFICATIONS PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES FOR. DESIGN of Two Parking Garages:

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

Risk Mitigation and Subcontract Management

:: REQUEST FOR INFORMATION :: DEMOLITION SERVICES

General Purpose Commercial Information Technology Equipment, Software and Services

HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING

Scope of Work Microsoft Infrastructure Upgrade

Request for Proposals Meeting Planner November 2014

108-C-215 CRITICAL PATH METHOD SCHEDULE. (Revised )

SAP Product Stewardship Network Supplier Enablement Service Description (English)

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

Tobacco Point of Sale Marketing Software, Training and Technical Assistance

Transcription:

Statement of Work (SOW) 1.0 SCOPE OF REQUIREMENT ONLINE REGISTRATION SUPPORT The General Services Administration, Federal Acquisition Service, Region 7, Greater Southwest Acquisition Center (GSAC) is located in downtown Fort Worth, TX. Due to numerous factors (i.e. realignment of internal web portal, time constraints, limitations of internal portal to effectively allow concurrent training selection), the Greater Southwest Acquisition Center needs to provide an effective mechanism that will allow its industry partners to register for its bi-annual Alliance for Quality Business Solutions Training Conferences and Meetings. Registration participation ranges from 200-300 per conference. The conference will be held at the Omni Hotel in downtown Fort Worth, Texas. The objective of this task order is to obtain online registration site development and limited conference planning for immediate access and implementation for Alliance for Quality Business Solutions Training Conference and Partnership Meeting registration and information. 1.1 PLACE OF PERFORMANCE Work will be performed at the s work site. However, access to specified back-end function need to be available online to the Greater Southwest Acquisition Center Training Conference and Partnership Meeting Coordinator. 1.2 GOVERNMENT FURNISHED RESOURCES Information Sources. Agency personnel shall be available for technical exchanges. The Coordinator will provide with specific and pertinent information that should be depicted on the registration site. Attached sample is provided in Appendix 1. Preview of past registration site can be found at: http://www.gsa.gov/portal/gsa/ep/eventview.do?viewtype=detail&eventid=5691&occurid=259 2. Documentation. All applicable documentation shall be available on-site to the at task start. All information (i.e. data gathered on conference participants, etc.) shall remain the property of the Government. 1.3 HOURS OF OPERATIONS The successful shall be available from 8:00 a.m. to 4:30 p.m., Monday through Friday, excluding Federal Holidays. No overtime required. 1.4 PERIOD OF PERFORMANCE Performance period is estimated to begin January 20, (or earlier if award and security requirements are met). As per the terms and conditions of the contract, the tasks(s) will be completed for 40 workdays, with the ability to extend for an additional 7 workdays (not exceeding 240 days), if it is deemed necessary by the Contracting Officer.

1.5 POINTS OF CONTACT Contracting Officer Representative (COR) XXX Contracting Officer (CO) XXX Invoice and Payment Processing Official XXX 1.6 KEY PERSONNEL Contractor shall demonstrate the ability to provide qualified and experienced personnel in the completion of this task. Key project personnel shall have successfully participated in the completion of similar projects. All s and sub personnel working on this task order shall be U.S. Citizens. Contractor shall identify key personnel in the technical proposal regardless of the type of task, and provide contact information for each. NOTE: Key personnel may not be added nor removed from the task without express approval of the Contracting Officer s Representative (COR). The COR will attach a copy of the request and approval to the CO via electronic mail. 1.7 STANDARDS OF CONDUCT The Contractor shall be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity and shall be responsible for taking such disciplinary action with respect to its employees as may be necessary.

2.0 DESCRIPTION OF REQUIREMENT 2.1 DEVELOP ON-LINE REGISTRATION SITE All tasks will performed at a time agreed upon by the government after award. The Contractor shall perform the required services at the s facility. The online tool will help the Greater Southwest Acquisition plan and operate its March 9-10, 2010 Training Conference and Partnership Meeting. The tool shall allow for 24 hour on-line registration, information page providing description of conference, description of session with time and meeting location, and other information deemed relevant by the GSA, interface with Partner data, easy generation of name badges, authenticate login information against contract database (company name, contract number, schedule number or name), security management, data export and exchange options, provide bi-weekly and consolidated reports of registration information, uploading and posting of presentations by agency, retrieval of individualized and custom training schedule based on session selection by each participant; and ability to manage capacity for each training session. Inherent in the tool should be a mechanism to eliminate duplication in registration, individualized printing in Portable Document Format (PDF) format, and retrieval of registration status reports (by agreed upon data elements) and automatic email confirmation of registration with depicting training session selections. Registration information should be able to be accessed from any computer with Internet access. 2.2 RETRIEVAL OF REGISTRATION INFORMATION The registration site shall be available for retrieval of registration information (i.e. participants name, company name, address, phone number, email, and title, and training selection) on demand. The shall facilitate retrieval of registration information and provide the Government the ability to track registration session capacity through an online tool. 2.3 OPTIONAL TASKS Depending on the volume and the discretion of the Government, the following contains additional tasks that may need to be performed: Available to handle emergency help calls on on-site registration/check-in day Printing and delivery of name badges (design and layout of badge will be agreed upon after contract award) Printing and delivery of individual training schedules for each registrant Provide technical support related to registration issues 2.4 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) The shall submit as part of their proposal, a quality assurance surveillance plan (QASP), detailing how they will ensure that quality work will be produced. In addition, the QASP shall include procedures for ensuring sensitive information is safeguarded. The shall submit as part of their proposal, a timeline for implementation and milestone for task completion. The specific priority for file conversion will be determined after award. 2.5 INSPECTION AND ACCEPTANCE Only the Contracting Officer (CO) or Contracting Officer s Representative (COR) has the authority to inspect, accept or reject all deliverables. All rejected deliverables will be corrected at the s expense with no additional cost to the government. Final inspection of all deliverables shall be provided in writing by GSA, FAS, GSAC.

2.6 PAYMENT AND INVOICING Billing and payment shall be accomplished in accordance with the contract. The shall have the invoice certified by the COR. The shall then submit the invoice at the end of the task, and after acceptance by the COR to the Invoice and Payment Official specified in Para 1.5. 3.0 REPORTING DELIVERABLES 3.1 WEEKLY STATUS REPORT The shall provide the customer with a weekly status report. The report shall include (1) a listing of registrants, (2) all data elements captured during the registration (3) totals for each session, (4) total for each schedule number, (5) totals for each contract type, (6) and date, time, registration confirmation number. The report will be submitted in a standard electronic format via email to the individual or individuals specified by the CO upon issuance of the task order or at a specified time thereafter. Copies of this report must accompany the monthly invoice submitted for payment. At the s option, status reports may be provided on a more frequent basis.

4.0 PERFORMANCE MEASUREMENT AND QUALITY STANDARDS The performance on the contract shall be measured against the extent to which the s meet or exceeds performance standards and acceptable quality levels. Table 1 contains the expected outcome associated with required services, performance standards, surveillance methodology, and acceptable quality level. Outcome Complete on-line registration by date to be determined after award Ensure functionality of all click-through buttons or links Provide reports that reflect accurate status bi-weekly (Mondays & Fridays) Accurate and professional site reflecting theme Required Services Design and development of registration site Personnel checks links to ensure functionality Personnel ensure access to reports or provide reports to COR via email. Personnel ensure information is complete and accurate Performance Standard Site live within specified period Weekly inspections results are 97-100% accurate Periodic inspections results are 97-100% accurate Initial inspection results are 97-100% accurate Method of Surveillance Acceptable Quality Level 95-100% of the time completed milestones at agreed upon after award 95-100% functionality 95-100% of reports are provided or made available by noon 100% accuracy (no misspellings, misconjugation of verbs, etc.)

5.0 METHOD OF AWARD 5.1 SCHEDULE CONTRACT TASK ORDER Award is expected to be made to a Contractor with a GSA Multiple Award Schedule (MAS) contract under Schedule 541 ADVERTISING & INTEGRATED MARKETING SOLUTIONS (AIMS), Special Item Number 541-3 Web Based Marketing Services (Small Business Set-Aside) and/or 541-4D - Conference, Events and Tradeshow Planning Services (Small Business Set-Aside). Contractors are encouraged to propose only those services that have been awarded under their MAS Contract. 5.2 EVALUATION FACTORS Award will be made as the Best Value to the Government. The evaluation factors are (1) Technical Approach, (2) Past Performance, and (3) Price. When considered together, the nonprice related factors are of greater value than price. The Government reserves the right to award to other than the lowest priced offeror based on its best value trade-off decision, but may be limited by budgetary constraints. 5.3 TECHNICAL FACTORS Technical factors and evaluation will concentrate on the suitability of s approach to the document conversion solution, and the thoroughness of the s QASP. Technical proposal should specify the designated labor categories, and quantity of each. 5.4 PAST PERFORMANCE The Contractor shall describe two projects the firm has completed within the past three years, which are equal to or similar in scope of this requirement. The Contractor shall include points of contact, titles, telephone numbers, and e-mail addresses (if available). The Contractor shall provide the task dates and pertinent information in order to demonstrate how the previous tasks are comparable to this requirement. 5.5 FIRM-FIXED PRICE SUBMISSION Contractor s solutions will be evaluated to determine price realism and reasonableness. Prices which are excessively high or low may be considered unrealistic and unreasonable for the solution proposed, and may receive no further consideration. Pricing should be submitted and award will be made as a firm-fixed priced task order.

5.6 PROPOSAL SUBMISSION CONTENT AND FORMAT Contractors shall provide written proposals in response to this SOW. The proposals for this task order shall be presented in the form of a written proposal limited to a total of 10 single spaced pages, printed on one side only using no less than 12 pt types or 10 pt types for charts. To assist the Contracting Officer in the evaluation of the technical aspects and price realism of this acquisition, please utilize the following table format to summarize the proposal. Labor Categories Qty Proposed GSA Contract Hourly Rate Total # of Hours Extended Total 5.7 AWARD METHOD The Government intends to award a firm-fixed price task order, based on the evaluation of the initial proposal from the, and there is no expectation of request for a Final Revised Proposal. However, the Government reserves the right to open discussions. Final terms and conditions agreed upon after negotiations must be submitted via a Revised Final Proposal (RFP) to the CO. K-FSS-1 AUTHORIZED NEGOTIATORS (MAR 1998) The offeror shall, in the spaces provided below, fill in the names of all persons authorized to negotiate with the Government in connection with this request for proposals or quotations. (List the names, titles, telephone numbers and electronic mail address of the authorized negotiator[s].) G-FSS-900-A CONTRACT FOR CONTRACT ADMINISTRATION (JAN 1994) Offerors are required to designate a person to be contacted for prompt contract administration. NAME: TITLE: ADDRESS: TELEPHONE NO.: ( ) FAX NO.: ( ) E-MAIL ADDRESS: