request for proposal software application framework

33
REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK Final Version 1-04 Consortium for Ocean Leadership 1201 New York Ave NW, 4 th Floor Washington DC 20005 www.OceanLeadership.org

Upload: mike97

Post on 05-Dec-2014

594 views

Category:

Technology


0 download

DESCRIPTION

 

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Final Version 1-04 Consortium for Ocean Leadership

1201 New York Ave NW, 4th Floor

Washington DC 20005

www.OceanLeadership.org

Page 2: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 1 of 32

Consortium for Ocean Leadership Request for Proposal

SECTION A – GENERAL INFORMATION

The Ocean Observatories Initiative will construct a networked infrastructure of science-driven sensor systems to measure the physical, chemical, geological and biological variables in the ocean and seafloor. Greater knowledge of these variables is vital for improved detection and forecasting of environmental changes and their effects on biodiversity, coastal ecosystems and climate. The ocean is the planet’s largest ecosystem. It drives an incredible range of natural phenomena, including our climate, and thus directly impacts human society. New approaches are crucial to bettering our scientific understanding of episodic and long-term changes at work in our oceans. Resolving pressing issues related to climate variability, severe weather, ocean turbulent mixing, changes in ocean ecosystems, plate tectonics and sub-seafloor chemistry and biology depend upon these new approaches. The OOI’s goal is to install transformational technology in ocean observatories where it can serve researchers, policymakers and the public. With these advances the OOI will improve the rate and scale of ocean data collection and its networked observatories will focus on global, regional and coastal science questions. They will also provide platforms to support new kinds of instruments and autonomous vehicles OOI is the National Science Foundation’s contribution to the U.S. Integrated Ocean Observing System (IOOS). While the science-driven OOI will focus on discoveries enabled by new technologies, IOOS will concentrate on direct applications to everyday societal needs. IOOS data will feed into the Global Ocean Observing System, an international program with similar goals. The purpose of this Request for Proposals (RFP) is to select an Offeror who will assist the OOI project team in meeting the program objectives and deliverables in a timely manner. Details pertaining to the services being sought are provided in Section C. The effort to prepare, release and conduct this procurement is funded by a cooperative agreement between Ocean Leadership and the National Science Foundation which requires compliance with Federal Acquisition Regulation 31.2 [48 CFR 31.2] for commercial firms and those non-profit organizations specifically exempted from the provisions of OMB Circular A-122. A.1 IMPORTANT NOTES This solicitation does not commit Ocean Leadership to pay any costs incurred in the preparation or submission of the offeror’s proposal. It also does not commit OCEAN LEADERSHIP to contract for the services.

Page 3: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 2 of 32

A.2 ISSUING OFFICE/PROPOSAL DUE DATE Ocean Leadership is the only point of contact for this procurement. Any questions related to this procurement including Offeror’s intent to bid should be emailed to [email protected] by Noon EDT July 6th, 2009. Offeror’s notification of intent to bid does not commit Offeror to submit a proposal. Email a signed offer in PDF format by 4PM EDT on July 15th, 2009 to [email protected] and mail 1 signed original and 2 copies which can be received after the closing date to the following address: Jeanine Hubler, CFCM Director of Contracts and Grants The Consortium for Ocean Leadership 1201 New York Ave, NW, Suite 400 Washington, DC 20005 (End of Section A)

Page 4: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 3 of 32

SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS

B.1 SCOPE OF award

Offeror shall provide all necessary labor and materials to support the activities delineated in Section C. Performance shall be in accordance with all terms, conditions and specifications as stipulated herein.

B.2 TYPE OF award

Ocean Leadership anticipates the award of a Time and Materials type Subaward which provides for acquiring services on the basis of direct labor hours at specified fixed hourly rates that include wages, overhead, general and administrative expenses and profit. Materials, supplies and other direct costs such as core software systems, must be clearly excluded from the labor hour rate. Material handling costs may include appropriate indirect costs allocated to direct material in accordance with the offeror’s usual accounting procedures.

B.3 TOTAL ESTIMATED COSTS

AWARD LINE ITEM NUMBER PRICE Base Subaward (August 3rd, 2009– March 31st, 2010 To be completed at award Functional Labor Categories: To be completed at award Travel may be required. All travel will be approved in advance by OCEAN LEADERSHIP’s Technical Representative and arranged by the OCEAN LEADERSHIP travel department. Travelers are required to follow OCEAN LEADERSHIP’s travel policy which is at www.oceanleadership.org and has been approved by the National Science Foundation (NSF). (End of Section B)

Page 5: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 4 of 32

SECTION C - DESCRIPTION/SPECIFICATION/WORK STATEMENT

STATEMENT OF WORK

1 Introduction

1.1 Scope and Applicability

This Statement of Work (SOW) establishes the requirements for the work to be performed by the Supplier in supporting Ocean Leadership for the Ocean Observatories Initiative (OOI).

1.2 Ocean Leadership Contract Management

The Ocean Leadership Contract Management Team is a multi-disciplinary team drawing on resources from across Ocean Leadership’s organization to manage all OOI contracts and provide daily oversight and administration. The Ocean Leadership Contract Management Team is part of the Ocean Leadership Program Management Office. The following are the core members of the Contract Management Team:

• Director of Contracts & Grants / Contract Administrator • Contracting Officer’s Technical Representative (COTR) / Project Manager (PM), and

the Senior Systems Engineer (SE) for all positions; the Project Process Controller for the Project Management Support Positions.

1.2.1 Director of Contracts & Grants The Director of Contracts & Grants leads the Contract Management Team and is responsible for ensuring the Contract Management Team members implement the proper discipline to facilitate and validate Supplier’s performance on all contracts supporting the Program. The Director of Contracts & Grants coordinates with the OOI Program Management Office and directly reports to the OOI Program Manager and the organization’s Chief Financial Officer. The Director of Contracts & Grants represents the OOI Program Manager to Supplier’s organization and management. Ocean Leadership’s Director of Contracts and Grants direct counterpart is Supplier’s Contracts Officer.

1.2.2 Contracting Officers Technical Representative (COTR) The Contracting Officer’s Technical Representative performs the technical oversight of the Contract and maintains the daily interface with Supplier personnel. The OOI Project Manager and / or Systems Engineer are authorized COTRs for tasks under this SOW.

1.2.3 Contract Administrator The Contract Administrator is the individual assigned to the Program holding delegated authority to establish Subaward relationships for Ocean Leadership and is responsible for the administration of the Program's contracts. The Contract Administrator’s direct counterpart is Supplier’s Contract Administrator.

1.2.4 Contract Change Authority Administrative contract change direction includes guidance and approval establishing all understandings and agreements between Supplier and Ocean Leadership. The sole authority to make any changes on behalf of Ocean Leadership to the work described herein rests with the

Page 6: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 5 of 32

Ocean Leadership Director of Contracts & Grants. Direction, guidance, or clarification from the Ocean Leadership Director of Contracts & Grants is valid only when confirmed in writing. Acceptance of direction to make changes to the scope of work defined under this Statement of Work from anyone other than the Ocean Leadership Director of Contracts & Grants is not to be considered a basis for claim against Ocean Leadership nor does it relieve Supplier from fulfilling its contractual obligations under this Contract.

2 Applicable Documents

2.1 Reference Documents

Reference documents provide additional information and guidance which should be used in supporting Supplier’s activities in performing the tasks as outlined in the Statement of Work. These are reference documents only and have no contractual binding on the contract. In the event of a conflict between reference documents and this Statement of Work, the Statement of Work takes precedence. The documents listed below are a combination of U.S. Government and Non-U.S. Government Documents, which may include Ocean Leadership and OOI documents.

2.1.1 U.S. Government Reference Specifications Not Applicable.

2.1.2 Non-U.S. Government Reference Documents Configuration Management Plan, OOI, Version 2-84 Systems Engineering Management Plan, OOI, Version 3-04 OOI Variant Design Package (superseding) OOI Final Design Package (baseline) available at http://www.oceanleadership.org/programs-and-partnerships/ocean-observing/contracts OOI Controlled Documents resident on DMS

2.2 Availability of Reference Documents

Copies of the above referenced documents will be posted on a collaborative environment / document management system or may be obtained by written request to Contract Administrator. This request may be in the form of facsimile or electronic mail. Otherwise, it is the responsibility of the Supplier to obtain the desired referenced documents.

Page 7: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 6 of 32

3 Contractor Tasking Requirements

3.1 Structure OOI PM-SE Software Solution/Platform Requirements - Overview

The Consortium for Ocean Leadership (OL), in support of the Ocean Observatories Initiative (OOI), seeks a software solution/platform, implementation, commissioning, and system operations knowledge transfer which will meet and address major general objectives in matching end user interfaces, central database, applications, and tools to integrate systems to support the cross-section of the OOI project systems engineering, project management, science and user communities, during a project management and implementation period and to provide for transition into a program management operations support system.

The software solution shall provide an extensible and expandable underlying architecture, platform, and code. The solution shall be a powerful, expandable, extensible, framework on which OL can implement various types of solutions, including but not limited to the following core sub-systems:

A. End-User Portal, Applications, Services & Tools

B. Functional Subsystems and Capabilities

C. Platform Services and Integration Extensibility

D. Databases and Storage Systems

E. Development and Integration Foundation

The Software solution should combine this architectural focus with advanced functionality designed to accelerate the deployment of scalable solutions while enabling flexible development and integration capabilities to render a broad range of business solutions or applications.

The software solutions and services will be utilized by Ocean Leadership and non-local partners as a method to create, extensible and expandable Internet- or Extranet-based modern web-data platform technologies standards and related applications.

Collectively, the software solution shall provide the following capabilities and functions covering a broad range of business needs; but with the unique ability to leverage, replace or extend various aspects of the software solution/platform including interfaces, subsystems, or data models. Ocean Leadership will be taking advantage of the full solutions architecture, predominantly the capacity of the software solution/platform to seamlessly deliver various and numerous business and data intelligence systems.

The software solution/platform shall be designed for use during the OOI project construction of 6 years and be designed for an operational life of 30 years total, with appropriate upgrades to hardware and software.

There are three (3) major phases which the software solution/platform subsystems project lifecycle shall include:

1. Project Requirements & Communications

2. Solution Development / Implementation

3. Content Display and Management

Page 8: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 7 of 32

4 Core Processes and Applications

The software solution/platform shall support common services, which include:

4.1.1 Process Automation Framework designed to support conversion of management & engineering processes including risk management, configuration management, budget and cost management, schedule management to integrated database structure, with cataloging in a web environment. These items are detailed in section 5 below, and further defined in the referenced CMP and SEMP.

4.1.2 Information Sharing Critical areas include Document Management (Alfresco), a File Library, and Knowledgebase/Support capabilities, all built on a robust metadata engine which seamlessly integrates all features.

4.1.3 Data Capture and Collection Forms & Data Capture as well as List & Record Management is a primary function for the software solution. For "Forms & Data Capture” the supplier is to provide system capability to create web enabled forms for user/system input information through a web page and have it automatically capture and populate the system database, having the appropriate business policy, rules and validations applied to that input data (see CMP for details). The supplier shall provide Records Management utilities in the system, ensuring that any data, document or task entered into the system retains the provenance of the item (i.e. previous version of documents, data, or tasks) within the system.

4.1.4 Planning & Scheduling The software solution/platform shall provide Portfolio Management, Resource Management, Issue Tracking and Milestone Calendaring.

4.1.5 Managing & Tracking The software solution/platform shall provide development and integration of tools for Project Management, Issues Management, Risk Management, Cost Tracking/Reporting and Time Management.

4.1.6 Measurement, Reporting and User Interfaces The software solution will also need to support a series of Standard Reporting functions, as well as Ad Hoc Reporting from developed tools (configurable queries), integrated applications and customized user interfaces for reporting.

4.2 Common Architecture Services and Tools

4.2.1 Security & Accessibility The software solution/platform shall provide the creation, editing, and end-to-end management of Authentication, Roles, and Permissions.

4.2.2 Search The software solution/platform shall provide up-to-date advanced/efficient Searching Techniques and Algorithms.

Page 9: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 8 of 32

4.2.3 Application/Tool Development The software solution/platform shall support the addition of future Systems/Application Development and associated lifecycles that either Ocean Leadership or any of its affiliate organizations may require.

4.2.4 Sub System & Core Frameworks The software solution/platform shall be architected in a manner that its sub systems are loosely-coupled and built upon a core framework that can be extensible to other current and future OOI core frameworks. The use of VM architecture is highly desirable.

4.2.5 Integration & Data Feeds The software solution/platform shall be architected in a manner that current and future Ocean Leadership and OOI Integrations, Workflows & Notifications can occur in the software solution/platform, without the need for re-architecting the core module(s) of the framework.

4.2.6 Information Models The software solution/platform shall be architected in a manner that all current and future OL and OOI Databases, Providers & Information Models can be supported, displayed and managed through the software solution/platform.

4.2.7 Software Platforms and Physical Infrastructure The software solution/platform shall support all Ocean Leadership servers, storage, networking, protocols, and other technological platforms, including but not limited to:

• LDAP / LDAPS central authentication

• HTTP, SMP/CIFS, AFP file sharing

• SSH, RDP, VNC remote login / console

• SMTP (SSL), POP/S, MMAP/S email integration

• SNMP simple network management

• VMware ESX (VM Hypervisor server)

• VMware vSphere 4 (manages VM infrastructure)

• VMware Workstation (to create VM images)

• Microsoft Windows Server (two approaches)

• MS Windows Server 2003 R2 Enterprise Edition (Supports VM licensing up to 4 instances)

• MS Windows Server 2003 Standard or Web Edition (4 copies)

• Microsoft SQL Server

• Microsoft Project Server 2007

• Microsoft SharePoint MOSS 2007

• Microsoft Project 2007 (For existing Project 2003 desktop user upgrades)

• Alfresco 3.1(Annual subscription)

4.2.8 Operational Processes The software solution/platform shall support industry best practices in Logging, Indexing, Alerting, and other types of OL operational processes (see CMP for details).

Page 10: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 9 of 32

4.3 Content Display and Systems Management and Operation

4.3.1 User Experience The User Experience within the development/implementation lifecycle shall support a robust Web Site and Content Management. User experiences shall be configurable and dynamic based on security/user profiles.

The User Experience lifecycle shall be supportable and editable without the need of developer/engineering resources, post project completion.

4.3.2 Project Intranet Capabilities The software solution/platform shall support a multi-site intranet lifecycle, which includes advanced capabilities such as Social Networking, all administered through a single interface.

4.3.3 Project Public-Facing Sites The software solution/platform shall allow for multi-site AND multi-channel public facing sites, all through the same single administrative interface that the intranet capabilities use.

4.4 General Requirements

Additionally, the software solution/platform shall meet or exceed these general requirements:

4.4.1 Architecture Requirements The supplier shall architect a true “platform” enabling the integration of other software applications, databases, and systems, where data, business rules, processing and other commonalities can be shared across the various applications, while appearing seamless to the user.

4.4.1.1 Architecture

• Shall minimize development time of application integration and tools. • Shall be based on a coupled-modular architecture, that supports re-use, extensibility,

integration • Designed as a multi-year platform lifecycle • Top to Bottom Managed Code shall be written in an Industry Standard language

4.4.1.2 Technology

• Control over system environment and other third-party integrations • Enhanced user experiences enabling Web technologies • Advanced code that allows for flexibility and customization • Utilizes Web back-end/Front End Experiences • Use Web Components to enhance the customer front-end experience • Shall support a Communication Foundation/Framework that allows for the system to

transparently call APIs directly or over a network • A foundation or framework that supports rapid modeling of workflow and activities • Upgradeable to full e-commerce capabilities (Payments, shipping, multiple channels,

etc.) (active ecommerce applications are not part of the deliverable, option) • A robust, configurable Meta Data platform.

Page 11: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 10 of 32

4.4.2 User and Partner Organization Experiences / Workflow Process Automation

4.4.2.1 Property (synonymous with “Catalog”) Browsing

• Quickly find property/products • Breadcrumb navigation • Results sorting • Menu/Navigation creation

4.4.2.2 Property/Catalog Search

• "best of breed" 3rd Party Search Application Integration

4.4.2.3 Multi-Language and Multi-Channel

4.4.2.4 Fully Featured and Customizable User Account and Workflow Process

• Additional workflow features • “My Account” access and creation

4.4.3 Development, Integration, and Extensibility

4.4.3.1 Development Platform

• A Software Industry standard development platform

4.4.3.2 Integration Capabilities

• ERP and Backend Systems • CMS and Front End Applications • Add-Ons and Middleware • Open Source

4.4.3.3 Web Services and APIs

• Direct API Access

4.4.4 Site Operations and Management

4.4.4.1 Content Management

• In-line design and editing • Role based security • Publishing workflow

4.4.4.2 User and Profile Management

• CSR Interface

4.4.4.3 Data Import

• Data import processes • Property/Data/Catalog import • User data

Page 12: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 11 of 32

4.4.4.4 Data Export

• Data export processes

4.4.4.5 Multi-Site Management

• Multi-Channel • Load balancing and performance

4.4.4.6 Reporting

• Integration with 3rd Party software industry reporting tools

4.4.5 Hardware and Licensing The Supplier shall specify all hardware required for development, installation, operation and maintenance in the proposal phase with catalog or vendor quote pricing for OL purchase prior to, or during, the project. All equipment will be under OL ownership and configuration control. The Supplier shall specify all software and software licensing required for development, installation, operation and maintenance in the proposal phase with catalog or vendor quote pricing for OL purchase prior to, or during, the project. All licenses will be under OL ownership and configuration control.

4.4.5.1 Content Management

• In-line design and editing • Role based security • Publishing workflow

Page 13: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 12 of 32

5 Application Development and Integration

5.1 Applications

In addition to the framework solution provided by the supplier, the task includes the development of the following data and processes into integrated modular applications functioning within framework and exploiting all of the services and agents of the system.

The following applications are to be developed and integrated as part of the final product:

5.1.1 Requirements Gathering, Development and Integration A. Basis of Estimate (BOE) (DB and App)

B. Change Control (DB and App)

C. WBS Dictionary and Data Tables (DB and App)

D. Sensor List (DB and App)

5.1.2 Refinement and Integration E. Cost Book application, resource loaded, cost-ed representation of a WBS (DB and

App)

F. Risk Management (DB and App)

5.1.3 Configuration and Integration G. Alfresco

H. MS Project Server

I. JIRA

J. Confluence

5.2 Application Categories

5.2.1 General Requirements, All Categories Produce technical deliverables for the relevant application, document final design, record all specific customizations that require consideration during implementation. Install required software and environment specific configurations; configure all interfaces and any required XML schema files for Web based interfaces.

Map all user roles and permissions for workflow component of Enterprise Content Management. Develop hands-on training and “train the trainer” materials including, on-line training Flash files for future refresher training.

Project plan (delivered within the first two weeks of work for each application, to include all items below)

• user-customer requirements document • process maps for OOI policy relative to Configuration Management and Document

Management • architecture drawings for final design/as-built of application • training documentation masters

Page 14: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 13 of 32

• up to 4 on-site training sessions, one at each main OOI institution, bundled for efficient use of resources and student time. Locations include Washington DC, La Jolla CA, Seattle WA, and Woods Hole MA.

• test plan, test report for final acceptance

5.2.2 Configuration and Integration Applications in this category are commercial products, and require procurement of the appropriate licenses for assignment to OL, installation and configuration of hardware and software for OL specific use on OOI. These requirements are in addition to all previous Section 2 requirements.

5.2.3 Refinement and Integration Applications in this category are Beta prototypes of in-house developed products, and require completion of the development and an iteration of user interface development and testing. Additional requirement gathering and testing are necessary prior to the integration into the software solution. These requirements are in addition to all previous Section 2 requirements.

5.2.4 Requirements Gathering, Development and Integration Applications in this category are policy driven processes with flat file data storage. The Supplier shall provide the full development cycle including elicitation of user requirements and proposed solution generation. Tasks included, but are not limited to: transforming current business processes and data to adhere to and accepted project management standards including ANSI, PMBOK and / or INCOSE standards. Direct on-site development operations as the lead/sole developer. Develop functionality and design documents, develop prototypes for new features and functions; develop and manage updates through the complete lifecycle. Document final design; record all specific customizations that require consideration during implementation.

Page 15: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 14 of 32

6 Deliverables

In addition to the framework solution provided by the supplier, the task includes the development of the following data and processes into integrated modular applications functioning within framework and exploiting all of the services and agents of the system.

6.1 Project plan for Framework Solution and each Application.

6.2 Hardware specifications for any needed hardware systems.

6.3 Installation and configuration of OL provided hardware and software as related to the

system.

6.4 Test plans and procedures.

6.5 Technical Data Package, including the system architecture, application designs, interface

controls, and as built drawings of hardware including lists of software and firmware

components.

6.6 User requirements documents.

6.7 Weekly resource reports (1 to 2 pages per framework and integration project)

6.8 Installation or image media.

6.9 Any software media and licenses purchased on behalf of OL.

6.10 Training material masters and student materials.

6.11 Operations and configuration manuals and full system documentation.

6.12 Complete production quality installed application framework, with processes and

applications fully integrated and operational, with web user interfaces, installed at OL

offices and connected to the OL networks and internet.

(End of Section C)

Page 16: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 15 of 32

SECTION D – PACKAGING AND MARKING

D.1 PACKAGING AND MARKING Unless otherwise specified, all items shall be packaged and packed in accordance with best commercial practices.

(End of Section D)

Page 17: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 16 of 32

SECTION E – INSPECTION AND ACCEPTANCE

E.1 EVALUATION AND ACCEPTANCE

Evaluation and acceptance of services delivered under this Subaward shall be performed by the Ocean Leadership Technical Representative named in Section G.3 or such other person as may be designated elsewhere in this contract or in writing by the Ocean Leadership Director of Contracts & Grants.

(End of Section E)

Page 18: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 17 of 32

SECTION F - DELIVERIES OR PERFORMANCE

F.1 Period of PERFORMANCE

The Period of Performance (POP) for the tasks outlined in Section C shall be from August 3, 2009 through March 31, 2010. Additional options may be requested prior to the subaward‘s end date.

F.2 REPORTING REQUIREMENTS

Subawardee shall deliver the reports outlined under Section C, Deliverables.

F.3 PUBLIC ACCESS TO DELIVERABLE REPORTS

Deliverables and/or reports are intended, at Ocean Leadership’s discretion, to be made publicly available. (End of Section F)

Page 19: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 18 of 32

SECTION G - SUBAWARD ADMINISTRATION DATA

G.1 INVOICE and payment information

Invoices shall be submitted monthly to Ocean Leadership, ATTN: Accounting.

The following minimum details shall be submitted:

• A financial statement identifying the labor categories, quantity of hours worked, and billing rate in accordance with approved Functional Labor Category’s fixed hourly rate as listed in Section B.

• The time period when billing charges were incurred.

• Other Direct Costs (as applicable) with supporting documents.

From time to time Ocean Leadership may require additional supporting documentation from the Subawardee to assist in its transaction analysis. Refer to NSF FATC Article 12 for reimbursement of allowable costs. Upon completion of the required work, the Subawardee shall submit a completion invoice. This completion invoice shall be submitted promptly upon completion of the work, but no later than six months from the contractual completion date.

G.2 Contracting Authority

The following individuals are the only personnel authorized to contractually bind the parties of this Award or change any terms and conditions:

FOR OCEAN LEADERSHIP: Jeanine Hubler, CFCM [email protected] Director of Contracts and Grants Consortium for Ocean Leadership Yan Xing [email protected] Chief Financial Officer Consortium for Ocean Leadership FOR SUBAWARDEE: TO BE DETERMINED AT AWARD

Page 20: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 19 of 32

G.3 OCEAN LEADERSHIP Technical representative (TR)

The following individual is authorized to guide Subaward performance within the Statement of Work and provide programmatic approval for the deliverables under this Subaward:

TO BE COMPLETED AT AWARD The Technical Representative is responsible for administering the performance of work under this Subaward. IN NO EVENT, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this Subaward be effective or binding upon the Parties unless formalized by Subaward modification executed by the Ocean Leadership’s Contracting Authority in G.2. The TR may give technical direction to Subawardee that fills in details, requires pursuit of certain lines of inquiry, or otherwise serves to facilitate Subawardee’s compliance with this Subaward. To be valid, technical direction by the TR: - must be consistent with the general scope of work set forth in this Subaward; - may not constitute new assignment of work nor change the expressed terms, conditions or specifications of this Subaward; and - shall not constitute a basis for any increase in the Subaward estimated cost, or extension to the Subaward delivery schedule or period of performance. In the event any Ocean Leadership technical direction is interpreted by Subawardee to fall outside the scope of Section C, Subawardee shall not implement such direction, but shall notify Ocean Leadership’s Director of Contracts and Grants in writing of such interpretation. Such notice shall: - include the reasons upon which Subawardee bases its belief that the technical direction falls outside the scope of the contract; - include Subawardee’s best estimate as to the revision needed to the current estimated cost, performance time, delivery schedules or any other provision that would result from implementing the TR's direction. If, after reviewing the information presented, Ocean Leadership considers that such direction is technical direction authorized by this clause, Subawardee will be directed to proceed with the implementation of such technical direction. In the event a determination is made that it is necessary to avoid a delay in performance of the Subaward, Ocean Leadership’s Director of Contracts & Grants may direct Subawardee to proceed with the implementation of the technical direction pending receipt of the above information to be submitted by Subawardee.

(End of Section G)

Page 21: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 20 of 32

SECTION H - SPECIAL SUBAWARD REQUIREMENTS

H.1 INDEMNIFICATION

The Subawardee shall indemnify Ocean Leadership against any claims for loss or damage to any property or injury or death to any person, during the course of the work, attributable to the negligence of the Subawardee or its employees.

Ocean Leadership shall similarly hold the Subawardee harmless for any such claims attributable to the negligence of Ocean Leadership or its employees.

H.2 LIMITED USE OF DATA AND INFORMATION

Performance of this Subaward may require the Subawardee to access data and information proprietary to a government agency or government contractor and/or such a nature that its dissemination or use, other than in performance of this Subaward, would be adverse to the interest of the government and/or others. Subawardee’s personnel shall not divulge or release data or information developed or obtained in performance of this Subaward, until made public by Ocean Leadership or the government, except to authorized personnel or upon written approval by the Ocean Leadership Technical Representative. The Subawardee shall not use, disclose or reproduce proprietary data that bears a restrictive legend, other than as required in the performance of this Subaward. Nothing herein shall preclude the use of any data independently acquired by the Subawardee without such limitations or prohibit an agreement at no cost to Ocean Leadership between the Subawardee and the data owner which provides for greater rights to the Subawardee.

H.3 CLEARANCE AND CONSTRAINTS

Notwithstanding any other provision of this Subaward, at any point in the conduct of this project where Ocean Leadership approval is required, Ocean Leadership will endeavor to notify the Subawardee within ten (10) working days of receipt of a Subawardee’s request as to its approval or disapproval. Failure of OCEAN LEADERSHIP to respond within the ten (10) working day period shall NOT constitute approval.

H.4 SUBAWARD monitoring

In monitoring the Subawardee’s performance, Ocean Leadership is primarily interested in progress toward successful completion of each task along with the financial status of the Subaward. During the course of performance of the resulting Subaward, Ocean Leadership (and authorized government representatives) shall have the right, at all reasonable times, to make site visits to inspect or review the progress of work or the management control systems of the Subawardee or its lower-tier Subawardees. The Subawardee shall provide and shall require its lower-tier Subawardees to provide all reasonable facilities and assistance for the safety and convenience of the representatives in the performance of their duties. Such access shall include the right to inspect the Subawardee’s financial accounts or records that pertain to this Subaward.

Page 22: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 21 of 32

H.5 KEY PERSONNEL The position(s) listed below are considered essential to the work being performed hereunder. Prior to removing, replacing, or diverting the individuals in these positions, Subawardee shall notify Ocean Leadership’s Director of Contracts and Grants reasonably in advance and shall submit justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact of such substitution upon the successful performance of this Subaward. No diversion shall be made by Subawardee without the written notification and consultation with Ocean Leadership. Positions may be added to this clause during performance of the Subaward by mutual agreement of both parties. Key Personnel Position Name ***To be completed at Award*** H.6 ARBITRATION Any dispute, controversy or claim arising out of or relating to this Subaward or breach thereof which cannot be amicably settled between the parties shall be finally settled by arbitration at the election of either party in accordance with the Rules of the American Arbitration Association by one or more arbitrators appointed in accordance with the said rules. The arbitration shall take place in the District of Columbia. The resulting Subaward shall be final and binding on the parties, shall be in lieu of any other remedy, and judgment upon the Subaward rendered by the arbitrator(s) may be entered in any court having jurisdiction thereof.

(End of Section H)

Page 23: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 22 of 32

SECTION I - SUBAWARD CLAUSES

I.1 NATIONAL Science Foundation (NSF) Cooperative Agreement FLOW-DOWN

Terms and conditions

This effort is funded under a cooperative agreement between Ocean Leadership and the National Science Foundation. Ocean Leadership is responsible for complying with the conditions below and ensuring that Subawardee also complies with them. The following NSF Terms and Conditions shall apply to this Subaward: Articles: 9, 10, 11, 12, 17, 20, 21, 23, 24, 27, 31, 34, 39, 40, 41, 42, 43 and 44 of the NSF Cooperative Agreement Financial and Administrative Terms and Conditions (CA FATC) 06/07 or as updated over the life of this Subaward, which can be found at : http://www.nsf.gov/publications/pub_summ.jsp?ods_key=NSF99999FATC001. The CA FATC listed above are incorporated herein and are made a part of this Subaward, except that the clauses shall be appropriately interpreted to reflect the identities of the instant parties, i.e. substitute: “Director of Contracts and Grants” for “Grants Officer” or “Grants and Agreements Officer”; “OCEAN LEADERSHIP Director of OOI” for “Principal Investigator” or “Project Director” “Prime Contractor” or “OCEAN LEADERSHIP” for “Government” or “NSF; “Subcontractor”, “Subawardee”, “Subgrantee”, or “Subrecipient” for “Contractor”, “Awardee”, “Grantee”, or “Recipient”; “Subcontract”, “Subaward”, or “Subgrant” for “Contract”, “Award”, or “Grantee”; “Director, OOI” for “NSF Deputy Director”

(End of Section I)

Page 24: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 23 of 32

SECTION J – LIST OF ATTACHMENTS

J.1 LISTING OF ATTACHMENTS

These documents are attached and are made a part of this solicitation: Document Date Size (*.pdf ) Offeror’s proposal will be attached here as a material part of the resulting Subaward] (End of Section J)

Page 25: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 24 of 32

SECTION K – REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS

K.1 OFFEROR REPRESENTATIONS AND CERTIFICATIONS

The offeror certifies that (i) all Representations and Certifications contained in the solicitation and offer are complete, current, and accurate as required, (ii) the offeror is aware that Subaward of any Subaward shall be considered to have incorporated the applicable Representations and Certifications by reference.

K.2 TAXPAYER IDENTIFICATION (OCT 1998)

(a) Definitions “Common parent,” as used in this solicitation provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member. “Taxpayer Identification Number (TIN),” as used in this provision, means the number required by the IRS to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number. (b) All offerors are required to submit the information required in paragraphs (d) through (f) of this provision in order to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, and 6041A, and 6050M and implementing regulations issued by the IRS. If the resulting contract is subject to reporting requirements described in FAR 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction otherwise due under the contract. (c) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror’s relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror’s TIN. (d) Taxpayer Identification Number (TIN)

TIN: ______________________. TIN has been applied for. TIN is not required because:

Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the U.S. and does not have an office or place of business or a fiscal paying agent in the U.S.

Offeror is an agency or instrumentality of a foreign government.

Page 26: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 25 of 32

Offeror is an agency or instrumentality of the Federal Government.

(e) Type of organization

Sole proprietorship

Partnership

Corporate Entity (not tax-exempt)

Corporate Entity (tax-exempt)

Government Entity (Federal, State or local)

Foreign Government

International Organization per 26 CFR 1.6049-4

Other

(f) Common Parent

Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision.

Name and TIN of common parent:

Name: ________________________________

TIN: ________________________________

K. 3 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (a) (1) The Offeror certifies, to the best of its knowledge and belief, that – (i) The Offeror and/or any of its Principals –

(A) Are , Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the Subaward of contracts by any Federal agency.

(B) Have Have not , within a 3-year period preceding this offer, been

convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or Subaward; violation of federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and

Page 27: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 26 of 32

(C) Are , Are not presently indicted for, or otherwise criminally or civilly charged by a government entity with, commission of any of the offenses enumerated in subdivision (a)(1)(i)(B) of this provision.

(ii) The Offeror has , has not , within a 3-year period preceding this offer, had

one or more contracts terminated for default by any Federal agency. (2) “Principals,” for the purposes of this certification, means officers; directors;

owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions).

This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under section 1001, title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract Subaward, the offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of a Subaward under this solicitation. However, the certification will be considered in connection with a determination of the Offeror’s responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the offeror non-responsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making Subaward. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.

K.4 OTHER CERTIFICATIONS

(a) Certification for Authorized Organizational Representative

By signing and submitting this contract, the individual applicant or the authorized official of the applicant institution is; (1) certifying that statements made herein are true and complete to the best of his/her knowledge; and (2) agreeing to accept the obligation to comply with NSF terms and conditions to the extent that such terms and conditions are applicable to the tasks that the Subrecipient is responsible for performing under this agreement. Further, the applicant is hereby providing certifications regarding Federal

Page 28: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 27 of 32

debt status, debarment and suspension, drug-free workplace, terrorism financing, and lobbying activities (see below).

In addition, if the applicant institution employs more than fifty persons, the authorized official of the applicant institution is certifying that the institution has implemented a written and enforced conflict of interest policy; that to the best of his/her knowledge, all financial disclosures required by the conflict of interest policy have been made; and that all identified conflicts of interest will have been satisfactorily managed, reduced or eliminated prior to the institution’s expenditure of any funds under the Subaward, in accordance with the institution’s conflict of interest policy. Conflicts that cannot be satisfactorily managed, reduced or eliminated must be disclosed to Grantee.

(b) The Subawardee certifies that it will provide a drug-free workplace by:

i. Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the Subawardee’s workplace and specifying the actions that will be taken against employees for violation of such prohibition;

ii. Establishing a drug-free awareness program to inform employees about—

(1) The dangers of drug abuse in the workplace; (2) The Subawardee’s policy of maintaining a drug-free workplace; (3) Any available drug counseling, rehabilitation and employee assistance

programs, and (4) The penalties that may be imposed upon employees for drug abuse

violations occurring in the workplace.

iii. Making it a requirement that each employee to be engaged in the performance of the Subaward be given a copy of the statement required by paragraph (a);

iv. Notifying the employee in the statement required by paragraph (a) that, as a

condition of employment under the Subaward, the employee will— (1) Abide by the terms of the statement; and (2) Notify the employer of any criminal drug statute conviction for a violation

occurring in the workplace no later than five days after each conviction;

v. Notifying Ocean Leadership within ten days after receiving notice under subparagraph (d)(2) from an employee or otherwise receiving actual notice of such conviction;

vi. Taking one of the following actions, within 30 days of receiving notice under

subparagraph (d)(2), with respect to any employee who is so convicted— (1) Taking appropriate personnel action against such an employee, up to and

including termination; or (2) Requiring such employee to participate satisfactorily in a drug abuse

assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency;

vii. Making a good faith effort to continue to maintain a drug-free workplace through

implementation of paragraphs (i), (ii), (iii), (iv), (v) and (vi).

Page 29: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 28 of 32

(c) Executive Order on Terrorism Financing

The Subawardee is reminded that U.S. Executive Orders and U.S. law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the Subawardee to ensure compliance with these Executive Orders and laws.

(d) Certification Regarding Lobbying

This certification is required for an award of a Federal contract, grant or cooperative agreement exceeding $100,000 and for an award of a Federal loan or a commitment providing for the United States to insure or guarantee a loan exceeding $150,000.

The undersigned certifies, to the best of his or her knowledge and belief, that:

No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form LLL, “Disclosure of Lobbying Activities,” in accordance with its instructions.

The undersigned shall require that the language of this certification be included in the award documents for all Subawards at all tiers including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements and that all subrecipients shall certify and disclose accordingly.

(End of Section K)

Page 30: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 29 of 32

SECTION L – INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

This section contains important information about the preparation of proposals for this procurement. The offeror is expected to examine this solicitation thoroughly and furnish all information required by this solicitation.

PROPOSAL PREPARATION INSTRUCTIONS

1. PAYMENT OF PROPOSAL COSTS This solicitation does not commit OCEAN LEADERSHIP to pay any cost incurred in the preparation or submission of the Offeror's proposal or in making necessary studies or designs for the preparation thereof. It does not commit OCEAN LEADERSHIP to contract for the services. 2. PROPOSAL PREPARATION INSTRUCTIONS The following instructions are provided to assist the Offeror in understanding the information needed to make an objective selection of the awardee for this proposed procurement. Since this information constitutes the major basis for formal judgment, it will be advantageous to the Offeror to present a proposal in a clear, concise manner and in terms understandable to those who may be unfamiliar with the Offeror's intentions and reasoning process.

A. GENERAL INFORMATION

Proposals must include the full name and address of Offeror’s firm and the name, mailing address, and telephone number of the person Ocean Leadership should contact regarding the proposal. Proposals must confirm that the Offeror will comply with all provisions in this RFP. Proposals must be signed by a company officer empowered to bind the company. An offeror’s failure to include these items in the proposal may cause the proposal to be determined to be non-responsive and the proposal may be rejected. The proposal shall be submitted in two (2) separate volumes: Volume I – TECHNICAL PROPOSAL Volume II – COST AND PAST PERFORMANCE The Offeror shall email to [email protected] a signed PDF proposal by 4:00 pm EDT on July 15th, 2009 and mail 1 signed original and 2 copies in hard copy. The hard copies may be received after the proposal due date. If there are any discrepancies between the proposal hardcopies and the e-mailed proposal, the hardcopy will govern. Electronic submissions must be compatible with Microsoft Office.

Page 31: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 30 of 32

Each proposal volume with its copies is to be packaged together and separated from the other volume. They should be clearly marked to identify contents. Cost or pricing data shall NOT be included in Volume I. Hard copy proposal text shall be printed on 8-1/2” x 11” paper with size 10 font and all pages shall be three-hole punched and inserted in ring binders only. Volumes I and II are each limited to 10 single-sided pages exclusive of charts, exhibits, and/or spreadsheets. Each volume shall be written on a stand-alone basis. Cross-referencing within a proposal volume is permitted where its use would conserve space without impairing clarity. Information required for each volume, which is not found in its designated volume, will be reviewed as omitted from the proposal and will affect the evaluation results. B. TECHNICAL PROPOSAL - VOLUME I Offerors must provide comprehensive narrative statements that illustrate the support they can offer. At a minimum, the Offeror should provide the following: Execution Plan for responding to the requests and services required;

Experience and Qualifications 1. Execution Plan

Offerors must provide comprehensive narrative statements that set out the execution and management plan they intend to follow to solicit detailed requirements, design the system, develop-install-configure the solution, verification and validation testing, and provide the user and management documentation and training; including a schedule. Identify the personnel and their availability to begin work immediately upon award. Offerors shall also address the need for any subawarding/subcontracting and clearly identify which labor categories or activities are being subcontracted. Describe how Offeror intends to ensure effective customer support to the tasks outlined in Section C.

2. Experience and Qualifications

Offerors must provide a narrative description of the project team and a personnel roster, including resumes that identify key personnel that will lead the project and design/configure the software.

Upon review and evaluation of the proposal, OCEAN LEADERSHIP may require additional supporting information from the Offeror in order to clarify the proposal. Offerors should note that technical proposals which merely offer to conduct a program in accordance with the requirements of Section C - Scope of Work, (for example, parroting back the Statement of Work) will be considered non-responsive to this solicitation and will not be considered further. NOTE: Do not insert any pricing in this section. Pricing of labor will be provided in the Cost Volume.

Page 32: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 31 of 32

C. COST AND PAST PERFORMANCE – VOLUME II Cost Narratives supporting pricing data shall be succinct, and shall not attempt to duplicate or supplement text that properly belongs in the Technical Volume. Provide a spreadsheet that incorporates your proposed fixed fully loaded hourly labor rates by functional labor category and a detailed listing of all materials and supplies. Assume a Subaward start date of August 3, 2009 for labor pricing. The cost proposal must identify an itemized list of all direct and indirect costs associated with the performance of this award, including, but not limited to, total number of hours at various fixed hourly rates and direct expenses. Past Performance The information requested below is anticipated to be sufficient for the purposes of the evaluation of past performance. Offeror shall furnish the following information for any combination of two (2) relevant contracts, subawards/subcontracts, grants and/or cooperative agreements Subawarded to the Offeror:

a. Customer’s name, address, and current verified telephone number of both the lead contractual and technical personnel. b. Contract number, type, and original and final contract value. c. Date of contract, place(s) of performance, and delivery dates or period of performance. d. Brief description of contract work and comparability to the proposed effort. It is not sufficient to state that it is comparable in magnitude and scope. Rationale must be provided to demonstrate that it is comparable. e. Discuss any major technical problems and how they were overcome. List any major deviations or waivers to technical requirements that were granted by the customer. f. Whether delivery was on time and, if not, why; adherence to program schedules; incentive performance (e.g., schedule and technical) history, if applicable. g. Cost/price management history; cost overruns and under runs, and cost incentive history, if applicable. h. List any contracts terminated (partial or complete) within the past 5 years and basis for termination (convenience or default). Include the contract number, name, address, and telephone number of the terminating officer. Include contracts that were “de-scoped” by the customer because of performance or cost problems.

(End of Section L)

Page 33: REQUEST FOR PROPOSAL SOFTWARE APPLICATION FRAMEWORK

Ver 1-04 (RFP Software Application Framework) Page 32 of 32

SECTION M – Evaluation Factors

The following is a summary of evaluation factors which will be used in the evaluation of Offeror proposals: 1. Cost/Past Performance 30% 2. Proposed Design Solution in Meeting the Requirements 50% 3. Execution Plan, Resources and Schedule 20% OCEAN LEADERSHIP reserves the right to issue an award without discussion but may enter into discussions on the technical and/or cost volume if it is in OCEAN LEADERSHIP’s best interest to do so. (End of Section M)