FINAL
REQUEST FOR QUOTE
ENTERPRISE COLLABORATION
AND
CUSTOMER RELATIONSHIP MANAGEMENT
CORRESPONDENCE SYSTEM IMPLEMENTATION
BPA Task Order 0001
Dated:
ACQUISITION SENSITIVE IAW FAR PART 3.104 1
Request for Quote Overview- Task Order 0001:
The __________________ intends to award an initial Task Order under the Multiple Award
Blanket Purchase Agreement for Development Support Services to support the implementation
of the Enterprise Collaboration platform and the Customer Relationship Management System
(CRM) Application.
Table of Contents
Section A. Statement of Objective
Section B. Instructions to Offerors
Section C. Evaluation of Offers
ACQUISITION SENSITIVE IAW FAR PART 3.104 2
Section A: Statement of Objective
1. Introduction and Overview
2. Objective
The objective of this task order is to utilize the Agile development process to establish the
Enterprise Collaboration platform as the primary workflow application for various
components and to develop a Customer Relationship Management (CRM) application. The
purpose of the CRM application will be to maintain a centralized view of all interactions and
outreach to citizens through various methods. This new system will replace all critical and
major businesses processes supported today by the legacy CRM system.
This system must be fully operational and be able to support all critical components by
October 01, 2013. Critical components are defined in Appendix C as “must have” features
and major business components are defined as “should haves” and “nice to haves.” All
additional major business components shall be completed by the end of the period of
performance as proposed in the resulting Performance Work Statement and Roadmap.
3. Scope
The scope of this task order falls under Functional Areas 1 & 2 of the Blanket Purchase
Agreement (BPA) and includes:
Initial system design and implementation
System configuration to support business processes
Integration for input and output methods
Configuration to support cloud encryption gateway technology
Data import of records collected from legacy systems
Training of end users on new system
Scope does not include:
workstations, data centers, server systems, and connectivity
Supporting Legacy applications/systems
4. Period and Place of Performance
The period of performance start date of the acquisition is 07/01/2013.
The primary place of performance for this effort will be at government or contractor facilities
if designated.
ACQUISITION SENSITIVE IAW FAR PART 3.104 3
5. Order Type/Award Term Option Incentive
This task order shall be Firm Fixed Price/Award Term Option Incentive.
For this task order the Government will offer Award Term Options which may encompass
future enhancements, releases, development efforts, or operations & maintenance related to
the establishment of the Enterprise Collaboration platform or the CRM application. Award
Terms may only be awarded for an overall “Excellent” performance rating based on mutually
accepted metrics. The Government will appoint an Award Term Determining Official
(AFDO) who will provide the official performance review and approval for an Award Term
Option to be exercised. The AFDO in conjunction with the Contracting Officer will make a
unilateral decision as to the exclusion of any portion of the performance period from the
evaluation of ratings and calculation of the award term.
Award Term Options are not required to be consecutive with the previous period of
performance of the base period or additional options. They are contingent on continued
Government requirements and funding availability for the Enterprise Collaboration platform
or CRM application. The Award Term Options are un-priced options that will be negotiated
and approved from a technical and budgetary standpoint prior to the Contracting Officer
awarding the option. Award Term Options must adhere to the proposed Agile methodology
and processes as awarded at the BPA level unless an exception is provided by the
Contracting Officer prior to award.
6. Technical Overview
a. Technical Environment
The platform will contain Sensitive But Unclassified (SBU) and Personally Identifiable
Information (PII). No classified information will be contained in these systems. Federal
Information Processing Standard (FIPS) 199 classification is likely High for Availability,
Moderate for Integrity, and Low for confidentiality.
The current system supports roughly 576 end users.
b. Stakeholders
For the completion of this task, the AGENCY will provide access to the following
stakeholders:
Technical Lead/Product Owner: Will manage and communicate with the stakeholder
community, is capable of making business decisions rapidly and setting priorities, will
participate in iterative planning sessions and will remove obstacles to project success.
Contracting Officer’s Representative (COR): Will be responsible for approving end
deliverables, managing the Quality Assurance Surveillance Plan (QASP), evaluating
ACQUISITION SENSITIVE IAW FAR PART 3.104 4
performance, and managing schedule according to the submitted Performance Work
Statement (PWS)
Stakeholders: For this effort the following offices have been designated as Stakeholders for
the CRM application.
7. Required Tasks
a. Task 1: Initial Enterprise Collaboration System Configuration and
Implementation
Objective: Contractor shall provide the agency with a secure, stable, records compliant,
commercial collaboration, workflow enabled Enterprise Collaboration Platform.
i. The contractor shall design the system for maximum interoperability
across all components and offices to ensure flexibility in leveraging the
system for future applications.
ii. The contractor shall approach system design in as “off-the-shelf” (COTS)
a manner as possible with focus on preventing or minimizing system
customization.
iii. The contractor shall configure the following system instances to support
tiered code-release separation and quality assurance testing methodology:
Instance Name
Description and Purpose
Development
Description: The Development instance(s) will exist as the primary
development site for integrators to fix bugs, develop new features, and test
unit functionality to ensure items are ready for update to Staging. These
instances will be accessed typically only by administrators and developers.
Purpose: To provide isolated system instance(s) for active development
and/or Unit Testing.
User-base: Integrator development team and infrequently the Integrated
Project Team as required.
Availability: The Development instance(s) shall not be bound to any Service
Level Agreement and may be subject to maintenance and upkeep on an as-
needed basis.
Feature Set: The Development instance(s) shall run the code version
required for active development.
ACQUISITION SENSITIVE IAW FAR PART 3.104 5
Data: The Development instance(s) shall dummy data such that it is
rendered non-sensitive and non-specific for the purposes of development.
Staging
Description: The Staging instance shall be a system for formal User
Acceptance Testing and Training as well as collaboration with the Integrated
Project Team and agency user community.
Purpose: To separate User Acceptance Testing and Training activities from
Unit Testing or Production activities.
User-base: Integrator development team, the Integrated Project Team, and
designated users for testing and training as required.
Availability: The Staging instance shall be generally available to Integrated
Project Team members during working hours (7:30am 7:30pm) and at the
integrators discretion for maintenance and upkeep.
Feature Set: The Staging instance shall run the most current version of the
production code. It may be updated with Unit Test or new release code
until being fully replaced with the current code after the next production
release.
Data: The Staging instance shall include masked, truncated, or redacted
agency data such that it is rendered non-sensitive for the purposes of
testing and training.
Production
Description: The Production instance shall be a system supporting the work
of active Production instance users.
Purpose: To separate development and testing activities from actual
government business processes and records.
User-base: The integrator’s development team, the Integrated Project
Team, and the Production user community within the Agency.
Availability: The Production instance shall be available for user access in
accordance with the service level agreement for the platform.
Feature Set: The Production instance shall run the current version of the
production code feature set after a release to production. The Production
and Recovery instances must run the same code version at all times.
Data: The Production instance shall include live, SBU agency data and only
be modified by authorized users within their assigned security roles. The
data set active on the Production instance should be complete, comply with
Federal Records Act (FRA) requirements, be backed up in accordance with
ACQUISITION SENSITIVE IAW FAR PART 3.104 6
the platform disaster recovery plan, and be able to be properly exported for
transfer to National Archives and Records Administration (NARA) at the
appropriate times.
Recovery
Description: The Recovery instance shall be an entirely separate, hot fail-
over system to support the work of the Production instance users in the
event of an outage or inaccessible Production instance.
Purpose: To provide continuity of operations for critical business processes
as well as recovery and preservation of production data in the event of a
catastrophic outage with the Production instance.
User-base: The integrator’s development team, the Integrated Project
Team, and the Production user community.
Availability: The Recovery instance shall be available for user access in
accordance with the service level agreement for the platform.
Feature Set: The Recovery instance shall run the current version of the
production code feature set after a release to production. The Production
and Recovery instances must run the same code version at all times.
Data: The Recovery instance shall include live, SBU agency data and only be
modified by authorized users within their assigned security roles. The data
set active on the Recovery instance should be complete, comply with the
Federal Records Act requirements, be backed up in accordance with the
platform disaster recovery plan, and be able to be properly exported for
transfer to NARA at the appropriate times.
iv. The contractor shall design and implement a user rights, permissions, and
security model as notionally described in APPENDIX A -Rights Model
Spreadsheet.
v. The system shall securely transmit all data using Secure Socket’s Layer
encryption at 128-bit or higher.
vi. The system shall restrict all network traffic to be accessible only from
designated networks.
vii. The contractor shall design database entities to comply with the FRA:
1. The contractor shall configure the system such that complete sets
of database records can be easily exported into separate, discrete
export files.
b. Task 2: CRM Application Design and Implementation
Objective: The contractor shall design and implement the basic system features to support
traditional CRM functions including the following:
1. One centralized constituent record per citizen with links to all
associated vital data and correspondence records
ACQUISITION SENSITIVE IAW FAR PART 3.104 7
2. Newsletters (bulk e-mail)
3. Reports and dashboards
4. Advanced search
5. External web forms (Contact Us)
6. Internal web forms (Gifts, Greetings)
7. Rules engines, workflow, analytics, and service-level-agreements
8. Ad-hoc data import and export
9. Document version control, workflow, and library
templates/repository
10. Highly customized printed correspondence in batches.
7.2.1 The contractor shall architect system objects, fields, and database entries to
support the associated business processes.
ii. The contractor shall utilize the system support business processes as
described in APPENDIX B-Vignettes Slide Deck and APPENDIX C
User Stories as the basis for the CRM application.
iii. The contractor shall ensure the system is configured to support expansion
for additional requirements.
iv. The contractor shall configure the system in a way to support “Open
Source” publishing
c. Task 3: Integration for Input and Output Methods
Objective: The CRM application shall be able to accept and distribute high volumes of
correspondence from and to various sources:
i. The contractor shall configure the system to receive “hard mail” files
scanned and uploaded to the system.
ii. The contractor shall configure the system to receive electronic faxes as
typical SMTP e-mails.
iii. The contractor shall configure the system to support high quality printing
for the Production and Greetings departments.
iv. The contractor shall configure the system to provide bulk and automated
e-mail by groups, lists, or individuals to support Newsletter functionality.
v. The contractor shall configure the system to support a universal
unsubscribe function for constituents.
vi. The contractor shall configure the system to receive “hard mail” files
scanned and uploaded to the system:
1. The high capacity scanners used for this function are Hard mail
scanning:
2. Hard mail items shall be processed by optical character recognition
(OCR) and pre-populated with available data such as name,
address, and subject etc., in a similar manner as entries are ingested
from web forms.
vii. The contractor shall configure the system to receive electronic faxes as
typical SMTP e-mails.
1. Fax items shall be processed by optical character recognition
(OCR) and pre-populated with available data such as name,
ACQUISITION SENSITIVE IAW FAR PART 3.104 8
address, and subject etc., in a similar manner as entries are ingested
from web forms.
viii. The contractor shall configure the system to support high quality printing
production including:
1. Supporting printing through local printer entries only
2. Support for various letter, letterhead, and envelope types as
prescribed by the government
ix. Bulk and automated e-mail by groups, lists, or individuals to support
Newsletter functionality including:
1. Reply-to addresses
2. Whitelist support with major e-mail spam filter organizations
3. Analytics for click-through, open rates, bounce back reporting
4. Support A-B newsletter testing
d. Task 5: Data Import collected from Legacy Systems
Objective: The contractor shall import data collected from legacy systems in a manner that
maintains vital record data such as name, address, e-mail address; association data such as group-
membership, interests, contact preferences, flags, and affiliations; as well as correspondence
items, linkage with constituent record, contact history, and attachments.
i. The contractor shall analyze, assist with exports, de-duplicate/scrub,
prepare, and import data that has been collected from legacy systems
including:
1. The primary legacy CRM system,:
o Provided as a government intermediary MySQL database available
to the contractor
o Approximately 40GB of data and 400GB of file attachments
ii. The contractor shall work with the government stakeholder offices during
design sessions to identify and separate legacy system data into two sets of
relevant data: Operational data records and Historical data records.
o Operational data records are required for critical business processes
and shall be prioritized, imported, and available to users at system
activation
o Historical data which must be imported to ensure overall data
integrity for the stakeholder departments and shall be treated as a
lesser priority than operational data but planned for with regard to
overall data integrity
iii. All legacy system data must be imported, validated, and certified within 3
months of system activation.
e. Task 6: Documentation and Training
ACQUISITION SENSITIVE IAW FAR PART 3.104 9
Objective: The contractor shall provide complete documentation for all systems and applications
and provide training that will enable end users to utilize the system.
i. The contractor shall provide comprehensive training materials for end
users and system administrators for utilization and administration of the
system.
1. Videos or self-guided training materials may be used
ii. The contractor shall provide initial end-user training on a per-department
basis during the initial on-boarding of users to the new system.
iii. The contractor shall provide “train-the-trainer“ classes for selected trainers
and administrators.
8. Constraints
9. Deliverables
The contractor shall ensure proper control and coordination of all deliverables as proposed in the
work plan to ensure they are on time.
Unless otherwise stated, the Government will review deliverables and notify the contractor of
findings within 10 workdays. Representatives of the contractor shall meet with the COR and
other member of the Government as necessary as to review status and other deliverables.
ACQUISITION SENSITIVE IAW FAR PART 3.104 10
SECTION B: Instructions to Offerors
10.1 SUBMISSION OF QUOTES
Quotes shall be submitted by 12:00 noon Eastern Standard Time on.
Quotes shall be submitted to the
Quote submission will consist of two (2) parts: Technical Submission and Price
In addition to price the following factors will be used to determine best value. Technical factors
are more important than price:
Performance Work Statement
Product Roadmap
Notional Quality Control Plan
10.2 SECTION I - TECHNICAL SUBMISSION
The Technical submission shall include the following:
FACTOR 1 Performance Work Statement (PWS)
FACTOR 2 Product Development Roadmap
FACTOR 3 Notional Quality Control Plan
Technical Assumptions, Conditions or Exceptions
10.3 FACTOR 1 Performance Work Statement
Offerors shall provide a Performance Work Statement (PWS) in response the Statement of
Objectives and this RFQ. The proposed solution shall include an explanation of how project and
contract management, communication/collaboration with the Government, security requirements,
documentation, and reporting will function in conjunction with the proposed Agile methodology.
10.4 FACTOR 2 Product Development Roadmap
Offerors shall propose an Agile product development roadmap which correlates how the stated
objective aligns with the timeframe for implementation and the offeror’s proposed Agile
methodology. The product development roadmap shall demonstrate where testing, training,
security, and cut over planning, will be included.
10.5 FACTOR 3 Notional Quality Control Plan (QCP)
Offerors shall describe the QC and Performance Measurement approach, including how
proposed performance standards will be monitored, evaluated, and reported. The purpose of the
notional QCP is to provide evaluators with an understanding of how measures and metrics will
be applied based on the proposed technical solution.
ACQUISITION SENSITIVE IAW FAR PART 3.104 11
10.6 Technical Assumptions, Conditions, or Exceptions
Technical submissions shall include all (if any) assumptions, conditions, or exceptions with any
of the requirements or terms and conditions of the Statement of Objectives. If not noted in this
section of your quote, it will be assumed that there are no assumptions for award, and that the
Contractor agrees to comply with all of the terms and conditions as set forth herein. It is not the
responsibility of the Government to seek out and identify assumptions, conditions, or exceptions
buried within the submission.
The Government reserves the right to reject any quote that includes any assumption that impacts
or affects the Government’s requirements.
10.6 SECTION II PRICE
The price quote shall include the following:
Firm, fixed price for the effort required
Supporting documentation
Assumptions, conditions, and exceptions
The Government anticipates that a Firm Fixed price Task Order will be issued as a result of this
solicitation.
Supporting Documentation: The price quote shall provide supporting documentation to backup
the pricing proposed. This shall demonstrate the correlation between the proposed technical
solution in the PWS and the pricing submitted.
Price Assumptions, Conditions, or Exceptions
Submit all (if any) assumptions, conditions, or exceptions with any of the terms and conditions
of this statement of objectives. If not noted in this section of your quote, it will be assumed that
the offeror proposes no assumptions for award, and agrees to comply with all of the terms and
conditions as set forth herein. It is not the responsibility of the Government to seek out and
identify assumptions, conditions, or exceptions buried within the offeror’s quote.
ACQUISITION SENSITIVE IAW FAR PART 3.104 12
Section C: Evaluation of Offers
11.1 Evaluation and Method of Award
This task order will be awarded to the Enterprise Collaboration Platform Development Services
Blanket Purchase Agreement award holder that can provide the services that represent the best
value to the Government. In addition to price, this assessment will be based on the Technical
Factors of Factor 1-Performance Work Statement, Factor 2-Product Roadmap, and Factor 3-
Notional Quality Control Plan
11.2 FACTOR 1 Performance Work Statement
The Government will evaluate the feasibility of the proposed PWS to meet the Objectives of the
Agency.
11.3 FACTOR 2 Product Development Roadmap
The Government will assess the proposed Agile roadmap to determine if it demonstrates an
understanding of the complexity of the effort and how the stated objective aligns with the
objectives and timeframe for implementation and the offeror’s proposed Agile methodology. The
Product Roadmap shall demonstrate where testing, training, security, cut over planning, etc. will
be included.
11.4 FACTOR 3 Notional Quality Control Plan (QCP)
The proposed QCP will evaluate the rational for the proposed performance standards and
performance measurement methodology and assess whether the total solution will ensure that the
performance standards are met.
11.5 Technical Assumptions, Conditions, or Exceptions
All assumptions shall be evaluated as part of the individual factor or sub factor to which they
apply. The Government reserves the right to reject any quote that includes any assumption(s)
that impact satisfying the Government’s requirements.
11.5 SECTION II PRICE
Price will be evaluated to determine whether the firm, fixed price proposed is reasonable. This
determination will be based on the review of the technical solution in comparison to the total
proposed price and the backup documentation submitted.
11.5.1 Price Assumptions, Conditions, or Exceptions
Submit all (if any) assumptions, conditions, or exceptions with any of the terms and conditions
of this statement of work. If not noted in this section of your quote, it will be assumed that the
offeror proposes no assumptions for award, and agrees to comply with all of the terms and
ACQUISITION SENSITIVE IAW FAR PART 3.104 13
conditions as set forth herein. It is not the responsibility of the Government to seek out and
identify assumptions, conditions, or exceptions buried within the offeror’s quote.
ACQUISITION SENSITIVE IAW FAR PART 3.104 14
ALTERNATIVE EVALUATION CRITERIA EXAMPLES:
Pricing: In order to determine best value pricing for this effort is required to be on unit of
measure that is equivalent to the proposed sprint/iteration/release cycle as proposed in the SOW.
The technical solution for sizing, iteration time, and throughput must correlate to the proposed
pricing.
Backup Documentation: The price quote shall provide backup documentation to support
the pricing proposed. This shall demonstrate the correlation between the proposed technical
solution in the PWS and the pricing submitted. This shall include any standard definitions that
will apply to the Agile unit of measure described.
FACTOR 1 Performance Work Statement
Offeror shall provide a Performance Work Statement (PWS) in response the Statement of
Objectives for Award Term Option 2. The proposed solution shall include an explanation of how
project and contract management, communication/collaboration with the Government, security
requirements, documentation, and reporting will function in conjunction with the proposed Agile
methodology.
For this effort, the PWS shall clearly illustrate how the process through which Agile
Development of software in small iterations lasting two to five weeks results in usable software.
Each iteration is defined as a development cycle which includes planning, requirement analysis,
design, coding, testing, quality assurance and documentation all meet the offeror’s proposed
“Definition of Done”.
The deliverables under this PWS are to have functionality scheduled for an available release
without defects which the developers can present to the stakeholders in the project. In order to
meet this goal, fixed price units shall be developed to provide the repeatable framework from
which future users stories can be placed. The resulting proposed “units” will be “fixed time” and
“fixed price” but will not have “fixed scope”.
The PWS shall describe how user stories are to be sized, how estimation and determination of
sizes shall be accomplished, and how these will correlate to iterations and throughput.
The Offerror shall provide a notional release schedule which maps the proposed sprint/iteration
cycle to the calendar Period of Performance. This release schedule shall include relevant
governance process checkpoints such as Technical Reviews and Sprint Releases as well as Agile
methodology functions such as Sprint Planning, Sprint Review, and Sprint Retrospectives.
FACTOR 2 Notional Quality Control Plan (QCP)
Offeror shall update the Quality Control and Performance Measurements based on the previously
agreed upon metrics as established under Award Term Option 1. The purpose of the notional
ACQUISITION SENSITIVE IAW FAR PART 3.104 15
QCP is to provide the agency with an understanding of how measures and metrics will be applied
based on the proposed technical solution. These metrics shall cover planning, inspecting, and
understanding progress under time. The metrics shall correspond with the “definition of done” as
proposed in the PWS. These metrics should be proposed based on the current throughputs and
sprints as developed under Award Term Option 1. They should indicate an “Acceptable” quality
level and an “Excellent” quality level to correspond to the Award Term determination.