connectionsII Wireless Access Points Sow
connectionsII Wireless Access Points Sow
CONNECTIONS II
Issued by:
[Agency Logo]
[Name of Agency]
[Address of Agency]
Text Boxes contain information and hints on how to complete the following section of
the SOW where the Text Box appears. Text Boxes also explain options within the
SOW.
In addition, Text Boxes direct the deletion of pages or text, as is the case with this page.
The deletion may be needed to remove information required while a SOW is authored,
but not required when a SOW is released. Where options occur, instruction boxes
sometime instruct an author to delete text if a certain option is selected.
i
Table of Contents`
1 Project Description ........................................................................................................... 1
1.1 Purpose ....................................................................................................................... 1
1.2 Background.................................................................................................................. 1
1.2.1 Organization and Mission...................................................................................... 1
1.2.2 Objectives for [Project Name] ............................................................................... 1
1.3 Scope .......................................................................................................................... 1
1.3.1 General Description of Requirements ................................................................... 2
1.4 Wireless Access Point (WAP) Installation Requirements ............................................. 2
1.4.1 Cloud based Wireless Access Point (WAP) Installation Requirements [If
applicable, WAP installation tasks may include:] ................................................................. 3
1.5 Acquisition Type Selected ............................................................................................ 5
1.6 Period of Performance ................................................................................................. 6
1.7 Place of Performance .................................................................................................. 6
1.8 Local Codes, Licensing, and Permit Requirements ...................................................... 6
1.9 Security Requirements ................................................................................................. 7
1.10 Government Furnished Equipment .............................................................................. 7
1.11 Offeror Furnished Equipment ....................................................................................... 7
1.12 Fair Opportunity ........................................................................................................... 7
2 Statement of Work ............................................................................................................ 7
2.2 Hours of Operations ..................................................................................................... 8
3 Labor Types ...................................................................................................................... 8
3.1 Personnel Requirements.............................................................................................. 9
3.1.1 Personnel Security Requirements ........................................................................10
3.2 Proposed Personnel ...................................................................................................10
3.3 Special Qualifications and Certifications .....................................................................11
4 Travel and Other Direct Costs (ODC/Un-priced Items) ..................................................11
4.1 Travel..........................................................................................................................11
4.1.1 Local Travel .........................................................................................................11
4.1.2 Distance Travel ....................................................................................................11
4.2 Other Direct Cost (ODC/Un-priced Items) ...................................................................12
5 Invoice Requirements......................................................................................................12
5.1 Detail Billing Requirements .........................................................................................12
5.2 Invoice Address, Data Format and Delivery Method ...................................................12
ii
5.2.1 Invoice Address ...................................................................................................12
5.2.2 Invoice Submission ..............................................................................................13
5.2.3 Billing Cycle and Data Elements ..........................................................................13
5.2.4 Electronic Funds Transfer (EFT) ..........................................................................14
5.3 Billing for Other Direct Costs (ODCs) or Unpriced Item ...............................................14
6 Section 508.......................................................................................................................15
7 Proposal Instruction to Offerors .....................................................................................15
7.1 General Instructions ....................................................................................................15
7.1.1 Materials Submitted .............................................................................................15
7.1.2 Format .................................................................................................................16
7.1.3 Proprietary Data...................................................................................................16
7.2 Preparation of Technical Proposal ..............................................................................16
7.2.1 Executive Summary .............................................................................................17
7.2.2 Technical Approach .............................................................................................17
7.2.3 Management Approach........................................................................................18
7.2.4 Proposed Personnel Qualifications and Certifications ..........................................18
7.2.5 Past Performance ................................................................................................18
7.3 Preparation of Price Proposal .....................................................................................19
8 Evaluation Factors and Basis for Award........................................................................19
8.1 Evaluation Methodology and Basis for Award .............................................................20
8.2 Evaluation Approach – Trade Off or Lowest Price Technically Acceptable ..................20
8.3 Technical Evaluation Criteria ......................................................................................21
8.4 Price Evaluation Criteria..............................................................................................23
9 Task Order Award ............................................................................................................24
10 Organizational Conflicts of Interest ................................................................................24
11 List of Acronyms .............................................................................................................26
12 Attachments .....................................................................................................................28
12.1 Attachment A – Project Management Plan ..................................................................28
12.2 Attachment B – Support Locations ..............................................................................28
12.3 Attachment C – Pricing Requirements ........................................................................28
12.4 Attachment D – Pricing Template................................................................................28
12.5 Attachment E – Past Performance Worksheet ............................................................28
12.6 Attachment F – Task Order Deliverables Performance Matrix .....................................29
12.7 Attachment G –Implementation Checklist ...................................................................29
12.8 Attachment H – Service Level Agreements (SLAs) .....................................................29
iii
List of Tables
Table 1. Date of Task Order Award ............................................................................................ 6
Table 2. Number of each Type of Proposal Volume ..................................................................16
Table 3. Offerors’ Proposal Factors and Sub-factors .................................................................22
iv
1 Project Description
[Wireless Access Points (WAP) Integration]
Note: Text boxes contain informational material that should be deleted by the Agency
when finalizing this document. Please delete the box and use this space to give a short
overview of the Project named above.
1.1 Purpose
1.2 Background
Use this space to describe the purpose for this task and the environment in which it will
be performed.
In order to provide background information relevant to this SOW, this section should
include at a minimum the following subsections:
The objective of this SOW is to acquire a Wireless Access Points (WAP) system, to be
configured and installed in and around the [Agency facility]. [If applicable: The solution
must be compatible with X cloud architecture. Major WLAN vendors, including Aruba
Networks and Cisco-Meraki, offer such solutions.] The offeror shall also be responsible
for the installation of low voltage cable drops to support the Wireless Access Points.
[Specify if there are existing serviceable cable drops in the facility. The text below is
provided as an example and may modified or deleted, as needed].
1.3 Scope
Scope information for this SOW should include at a minimum the following subsections.
Please also consider site specific details, e.g., in the performance of this task, is cutting
or drilling required for cabling devices? If the worksite is an historic building what
precautions does the offeror need to observe?
1
The scope of the tasks to be performed under this SOW includes all necessary efforts in
the areas of design, procurement, installation, testing and maintenance of a Wireless
Access Point System.
The offeror shall be responsible for all parts, labor and other hardware directly
associated with provision and mounting of WAPs, the cabling and device connection
tasking including, but not limited to:
Suggested examples of project tasks are listed below. Agency may remove or modify
the narratives as needed. This section is intended only as a high level overview.
During the installation the offeror shall distribute Wireless Access Points throughout the building
[or specific exact locations]. A Wireless LAN Controller shall also be installed to automatically
maintain security, adjust power settings and load balance between Access Points. The Agency
will supply a building diagram to accompany the offeror’s install team(s) with suggested
locations for each Access Point. Exact WAP locations will be determined at the time of
installation. A diagram showing the suggested locations will accompany each job folder.
2
[X number] additional Category 6a drops will be installed in the general location of the WAP and
will be pulled back to the nearest distribution frame. All WAP drops will be installed above drop
ceilings where possible. Each WAP shall come with a power supply that will be installed at the
distribution frame. This will eliminate the need for power at each location or the purchase of new
switches that supply power.
The Access Points shall be Light Weight Access Points with integrated Antennas (one 2.4 GHz
antenna and one 5.0 GHz antenna). Where drop ceilings are not available, surface-mounted
raceways shall be used to hide cabling.
The offeror shall install the Wireless LAN Controller in the distribution frame designated by the
[Agency]. Where possible, the network switches will be configured for a separate VLAN to
segment the wireless authentication data from the main network. The Access Points will also be
configured for Wireless Protected Access 2 (WPA2) authentication, in accordance with Institute
of Electrical and Electronics Engineers (IEEE) 802.11i standard.
The offeror shall fill any floor and wall penetrations with fire-stop putty in accordance with the
National Electrical Code (NFPA 70) and [local] fire code.
1.4.1 Cloud based Wireless Access Point (WAP) Installation Requirements [If
applicable, WAP installation tasks may include:]
[If applicable: The successful offeror’s solution must be compatible with a hosted cloud
architecture. It shall not include any "on-premises" management appliances, servers, or
virtual machines. The wireless system must support a stateful application-layer firewall
that can identify, classify, and prioritize applications and have web content classification
and filtering capabilities].
The wireless access points must support operation in the defined cloud-hosted
architecture and also be able to convert to local access points with a local controller for
flexibility.
The wireless system shall include intuitive multi-site scalability and management. Must
be able to deploy multiple sites rapidly and monitor, manage and troubleshoot all sites
from a single web-based interface. This includes being able to clone configurations of
devices automatically, and easily reassign assets to other network areas as needed.
This interface will be Graphical User Interface (GUI) based, and include shall include
the ability of Command-Line (CLI) programming.
The system must support the ability to fingerprint client device types (i.e. iPad, Android,
iPhone, Windows, etc.) and apply security settings to those devices, without the need
for additional appliances or licenses. For example: iPads on a specific Service Set
Identifier (SSID) may have access to only the web and are rate limited to [2] mbps, and
no peer to peer traffic is allowed.
3
The system shall be contextually aware and able to make priority decisions related to
firewall enforcement, QoS, etc based on the application type (e.g.: Microsoft Lync
aware).
The wireless system must support the ability to take a packet capture directly from the
management interface. This packet capture should be able to filter based on client, IP
address, and Media Access Control (MAC) address.
The wireless system must support the ability to provide deep application visibility into all
of the applications that are used on the wireless network, including hostname visibility to
view the individual URLs of all of the applications. This information should be exportable
and downloadable on a per network and per SSID basis.
The wireless system shall have built-in guest access with captive portal support and not
require any additional appliances or licenses for guest users.
The wireless solution should have the ability to provide failover capabilities for high-
availability applications.
The wireless access points shall support NSA Suite-B cryptographics for any future
Commercial Solutions for Classified (CSfC) requirements.
The wireless system must have the ability to automatically re-assign end devices to
different access points based on interference, saturation, and other quality mechanisms
even if the new access point is a lower signal strength.
The wireless system must include a tagging function to provide easy search-ability
across the network, device types, and users with search "tagging" functionality.
The wireless system must support the ability to send summary reports to certain
administrators on a daily, weekly and monthly basis. These summary reports should
show information like top users, top applications, bandwidth consumed per day, etc.
Solution shall include fully integrated client, device, and Operating System (OS)
visibility, with ability to assign policies via the management interface to different users,
networks, and device types based on preferences. Group policies must be universally
applicable to all access points and switches.
For use in the Federal market, access points shall have current Common Criteria,
Federal Information Processing Standard (FIPS) 140-2 and (as applicable) Joint
Interoperability Test Command (JITC) certification.
4
The wireless system must have built-in redundancy and reliability. Solution must be able
to provide a 99.99% service level agreement, leveraging globally redundant cloud data
centers.
The quantity of access points needed is calculated using the square footage, room
counts, and building design. The solution proposed should include one access point in
[specify areas where devices must be placed], and should provide a minimum of [99]%
coverage in every common area, conference room, and individual office. Access points
and network design should be designed and installed with enough access and capacity
to support location with a user density of [specify based on density of users / devices in
the spaces requiring coverage] devices per Access Point.
Access to building drawings showing network Main Distribution Frame (MDF) and
Intermediate Distribution Frames (IDF) will be provided by the government.
[If applicable: Specifications for Access points shall include stateful firewalls, teleworker
VPN, full-time intrusion and rogue scanning, Network Access Control, adult content
filtering, and WPA2-Enterprise/802.1X integration. Solution shall include cloud
architecture that is fully integrated with the same cloud switch management as the
existing infrastructure and remove the need for any controllers or hardware/software
overlay management].
Solution shall include built-in Payment Card Industry (PCI) compliance wizard and
remediation tool, and provide secure management access with password restrictions
and two-factor authentication via Short Message Service (SMS). Access Points must
include a third (non-client serving) radio dedicated to continuously and automatically
monitoring surroundings to maximize Wi-Fi performance. This third radio will measure
channel utilization, signal strength, throughput, signals from 3rd party access points,
non-Wi-Fi interference, and automatically optimize Wi-Fi performance of individual
access points and maximize system-wide performance, lifetime hardware warranty and
advance replacement license for the Cloud Managed Access Point which includes cloud
services, software upgrades and support for [x] years.
The offeror shall provide and install all modules, transceivers, cables, connectors, etc.,
needed to make each device 100% operational.
The agency will need to determine which type task order to use (e.g.: either Firm Fixed
Price [FFP] or Time and Materials).
5
This requirement will be for a [Add Agency selected acquisition type here] task order.
This solicitation includes requirements for all labor and equipment necessary to support
[task name].
The offeror shall adhere to the terms and conditions of the Connections II Contract, and
shall meet and comply with the Agency-specific requirements described in this SOW.
6
1.9 Security Requirements
Agency-specific information can be inserted here.
All documentation (i.e., DD 254) required for security certification will be the
responsibility of the offeror and the client organization.
2 Statement of Work
The offeror shall procure and install [x amount] Access Points, capable of a throughput
of at least [x] bits per second (Bps). Wireless Access Points (WAP) and all mounting
hardware devices at [Agency name] facility located at [site name]. The Access Points
shall be mounted and cabled in [designated] locations, consisting of [x] installations.
Additionally, the offeror shall be responsible for the installation of low voltage cable
drops to support the WAP. Upon successful installation, the offerer shall also configure
the system security to accommodate access for Agency access requirements (e.g.: full-
time employees, contractors, guest users), including handheld devices that support only
static Wireless Equivalent Privacy (WEP), and other wireless devices that use dynamic
WEP.
Pricing should be based on [x amount] new and additional cable drops. The minimum
acceptable warranty period is [x] years. Please specify the warranty period for all
cabling quoted. If there is a cost to extend the warranty to meet the minimum
requirement, please include this cost in the quote. Each data/voice drop will meet the
following specifications:
1. The required number of drops is [x] at a total run length of [x] feet.
2. The offeror shall conduct a complete assessment of the site prior to commencement
of the project. The purpose of the assessment is to determine the exact number and
location of all data drops. Any cost for this assessment must be identified in the quote.
3. The required low voltage cabling specification is Category 6a. The [Agency] facility
requires that data/voice cable runs have a blue jacket. All cable jackets must be Plenum
rated.
4. There is not a preferred product for jacks and faceplate termination. Please specify
the brand name proposed.
7
5. All data drops will be home runs from the faceplate to a Category 6a patch panel in
the nearest IDF.
6. The offeror shall provide Category 6a patch cables for all patch panel/switch ports. A
variety of [3 foot to 10] foot patch cables will be provided customized to the lengths
needed in each rack space.
7. All data/voice drops will be clearly and professionally labeled with matching labels at
the faceplate and at the patch panel. Handwritten labels are not acceptable.
8. All data/voice drops will be tested and certified. The successful offeror will provide a
complete testing report for all data/voice drops.
Upon the expiry of original equipment warranties, the [agency] requires post‐warranty
service/maintenance agreements to prevent equipment malfunction. The minimum
requirements for preventative maintenance services shall include [X] planned
preventative maintenance visits per year and shall include unlimited
corrective/remedial maintenance visits within 3 business days of call for service.
All maintenance and repair activities shall be performed by formally trained and
certified technicians/engineers, following original equipment manufacturer
specifications, manuals, and service bulletins, using new original equipment
replacement parts.
3 Labor Types
The offeror shall provide Labor Types for both professional and technical expertise that
fully meet the requirements of all tasks in support of the solutions specified in this SOW,
including full life cycle management as applicable, and the analysis, planning, design,
8
specification, implementation, integration and management of required services and
equipment.
The offeror shall be responsible for all education and skills-based training necessary to
ensure that all staff assigned to the project are qualified to perform the work. The offeror
shall develop in-house orientation and training courses for offeror staff, the work to be
performed, and the associated duties, responsibilities, security guidelines, policies,
operating procedures, etc. The Agency will review these materials at the request of the
offeror.
The offeror shall provide:
Installation support to Government-site(s), as identified in Attachment B – Support
Locations.
Proposed Labor Types for each task as specified in Attachment D – Pricing
Template.
9
personnel, shall perform the tasks prescribed herein. The offeror shall select,
supervise, and exercise control and direction over its employees (including offeror
subofferors) under this order. The Government shall not exercise any supervision or
control over the offeror in its performance of contractual services under this order.
The offeror shall be accountable to the Government for the action of its personnel.
10
specific [Project Name] tasking. [If additional labor types are necessary, the offeror may
request a modification to add them to the contract.]
The offeror shall ensure that its employees have all required professional certifications
and licenses (current and valid) for each applicable task and labor type category before
commencement of work.
The offeror shall identify, by name, the proposed Key Personnel (e.g., the key
management and technical personnel who will work under this order, such as the
Project Manager.
The proposed [Project Name] project team structure and an organizational chart shall
be included in the proposal, with the names, positions, and resumes of any proposed
key personnel.
11
travel, as far in advance of the proposed travel as possible, but in no event less than
three weeks before travel is planned to commence.
For cost effectiveness, economy class travel must be used on all official travel funded
under this Task Order. Business class travel shall only be used under exceptional
circumstances, and in compliance with the Federal Travel Regulations (FAR 31.205.46).
5 Invoice Requirements
The offeror shall meet and comply with the Billing and Invoice requirements as
described in Sections C.3.4 Billing, G.5.1 General Billing Requirements, and G.6
Payment of Bills of the Connections II contract. The baseline requirements for
Connections II contract for Invoicing and Billing including the handling of the Associated
Government Fee, approval for payment of supplies/services, resolution of billing
disputes, and the option for Agency to pay by electronic funds transfer shall apply.
12
invoice to the Contracting Officer and COR or provide [n] copies of the signed original
to:
13
date shall also be provided. If subcontracting is proposed, one consolidated invoice
from the prime offeror shall be submitted in accordance with other terms and conditions
of the Request for Quotation (RFQ).
14
Project to date totals
Cost incurred not billed
Remaining balance of each item
6 Section 508
All Electronic and Information Technology (EIT) procured through this task order must
meet the applicable accessibility standards at 36 CFR 1194, unless an Agency
exception to this requirement exists. The Section 508 Standards Summary is viewable
at: https://www.section508.gov/index.cfm?fuseAction=stdsSum#technical
The offeror shall indicate for each line item in the schedule whether each product or
service is compliant or noncompliant with the accessibility standards at 36 CFR 1194.
Further, the proposal must indicate where full details of compliance can be found (e.g.,
the offeror's website or other exact location).
15
7.1.2 Format
[If the Agency wishes to use electronic format only, it may delete references to hard
copy submittal in the sample text below.]
All materials shall be in typeface Times New Roman or Arial (no smaller than 11 point),
double-spaced on 8½” x 11” white paper with one inch margins all around. Tables and
illustrations may use a reduced font style, but not less than 8 point, and may be single-
spaced. Each page must identify the submitting Offeror in the header or footer.
The offeror’s proposal shall consist of physically separate volumes that are individually
titled and numbered on the exterior of the top covers as stated in Table 2 below. DO
NOT INCLUDE PRICING IN THE TECHNICAL AND PAST PERFORMANCE
VOLUMES: THE OFFEROR IS ADVISED THAT COMBINING TECHNICAL AND
PRICING VOLUMES IN THE OFFEROR’S PROPOSAL IS NOT RESPONSIVE TO
THE SOW.
Table 2. Number of each Type of Proposal Volume
Volume Volume Title Copies Format Page Limitations
1 Hard Original
+
Technical Proposal [n] pages maximum not
[n] Hard Copies
Volume I Technical Approach PDF including Executive Summary
+1
Management Approach (specify max. length)
Electronic
Copy
1 Hard Original EXCEL –
Volume II Price Proposal 1 Electronic Pricing No page limit
Copy Template
Appendices
1 Hard Original
Past Performance PDF [n] pages
+
Volume III Resumes of Key PDF [n] pages maximum per Resume
1 Electronic
Personnel PDF No page limit
Copy
PMP [if required]
16
Technical Proposals are limited to [n] pages in length and shall be written in English.
Each page must be numbered consecutively. Pages that exceed the page number
limitation will not be evaluated.
Any page in the Technical Proposal that contains a table, chart, graph, etc., not
otherwise specifically excluded below, is included within the above page limitation for
the Technical Proposal. All critical information from appendices shall be identified and
summarized in the Technical Proposal. Not included in the page limitation are the
following:
Cover/Title Page
Table of Contents
Executive Summary (2 pages maximum)
Dividers
Table summarizing qualifications of proposed personnel
17
risk mitigation strategy) being proposed to complete this task order. The Technical
Approach shall be specific and complete, presenting concisely how the offeror will fulfill
the task requirements described in Section 2. Marketing literature is not acceptable.
18
If other partner solutions are being used to fulfill the requirement identified in the
RFP/SOW, describe how the solution has been tested and sold to other government
agencies. Also explain if the solution is working at full capacity today.
Offerors shall submit the following information as part of their proposal:
The offeror shall describe its past performance directly related to contracts it has
held within the last 5 years that are similar in scope, magnitude and complexity.
Offerors shall provide a minimum of three (3) relevant examples of installation and
integration of Wireless Access Points within existing networks projects the offeror
has completed.
Offerors shall provide relevant past performance documentation and references for
services comparable to those described in the SOW. Past performances listed may
include those entered into by the Federal Government, state and local government
agencies, and commercial customers. Offerors should notify each of their private-
sector (commercial) references that they may be contacted by the [Agency] and
authorize them to provide the past performance information requested. References
other than those identified by the offeror may also be contacted by the Government,
and the information received from them may be used in the evaluation of the
offeror’s past performance.
The offeror shall provide with the proposal a summary of the required past performance
information as shown in Appendix F - Past Performance Worksheet.
19
8.1 Evaluation Methodology and Basis for Award
Suggested General Evaluation Language
(Agency may remove or modify the text below)
The Government may award a contract based on the initial proposal without discussions
or negotiations with offerors, in accordance with FAR 52.215-1. Therefore, it is
important that each proposal be fully compliant, without exception to any requirement,
clause or provision. Offerors should submit initial proposals which respond most
favorably to the SOW’s requirements.
The Government intends to evaluate offeror’s proposals in accordance with Section 7 of
this SOW and make a contract award to the responsible offeror whose proposal
represents the best value to the U.S. Government.
The Technical Proposal will be evaluated by a technical evaluation committee using the
technical criteria shown below.
Price has not been assigned a numerical weight. Offerors are reminded that the
Government is not obligated to award a negotiated contract on the basis of lowest
proposed price, or to the offeror with the highest technical evaluation score. Agencies
must state the following when using tradeoff process: ‘The solicitation shall state
whether all evaluation factors other than cost or price, when combined, are significantly
more important than, approximately equal to, or significantly less important than cost or
price.’
As technical scores converge, price may become a deciding factor in the award.
Therefore, after the final evaluation of proposals, the contracting officer will make the
award to the offeror whose proposal offers the best value to the Government
considering both technical and price factors.
20
Section 6 - Proposal Instructions, one award will be made by the contracting officer to
the responsible offeror whose proposal, conforming to the solicitation, is determined
most advantageous to the Government, all technical and price factors considered.
The formula set forth herein will be used by the contracting officer as a guide in
determining which proposals will be most advantageous to the Government.
Suggested Evaluation Language if LPTA Approach is Selected by the Agency
(Agency may remove or modify the text below)
The lowest price technically acceptable source selection process is appropriate when
best value is expected to result from selection of the technically acceptable proposal
with the lowest evaluated price.
The evaluation factors and significant sub-factors that establish the requirements of
acceptability should be set forth in this section.
If the contracting officer documents the file pursuant to 15.304(c)(3)(iii), past
performance need not be an evaluation factor in lowest price technically-acceptable
source selections.
If the contracting officer elects to consider past performance as an evaluation factor, it
shall be evaluated in accordance with 15.305. However, the comparative assessment in
15.305(a)(2)(i) does not apply.
If the contracting officer determines that the past performance of a small business is not
acceptable, the matter shall be referred to the Small Business Administration for a
Certificate of Competency determination, in accordance with the procedures contained
in subpart and U.S.C. 637(b)(7).
Award will be made to the offeror whose proposal represents the lowest price
technically acceptable as defined in FAR 15, Subpart 15.101-1. The offeror’s proposal
will be evaluated with regard to its ability to meet the tasks set forth in the SOW. To
result in an award, the offeror’s proposal must demonstrate the ability to satisfy all
technical requirements as set forth in Section 2, and must conform to all required terms
and conditions.
The award will be made on the basis of the lowest-evaluated price of proposals meeting
or exceeding the acceptability standards for non-price factors.
Proposals will be evaluated for acceptability but not ranked using non-price factors.
21
identified in Table 3 below. To achieve an acceptable rating, the offeror’s Technical
Proposal must achieve a pass rating on all sub-factors.
The Agency is required to develop a Source Selection Plan (SSP)/Technical Evaluation
Plan (TEP) to describe how each of these factors will be rated. Depending on the
approach used, the SSP/TEP may select an adjectival rating system, a points system,
or any other approved system.
Table 3. Offerors’ Proposal Factors and Sub-factors
Technical Evaluation Criteria
Factor 1 - Technical Approach
Sub-factor 1 - Task 1
Sub-factor 2 - Task [n]
Factor 2 - Management Approach
Sub-factor1 – Management Approach Summary [and Project
Management Plan]
Factor 3 - Proposed Personnel
Sub-factor 1 - Project Manager Qualifications/Certifications
Sub-factor 2 - Technical and Other Personnel
Qualifications/Certifications
Factor 4 - Past Performance
Sub-factor 1 - Past Performance History/Track Record
22
Sub-Factor 1 - Project Management. The proposed solution shall describe the
extent to which it uses a program management approach appropriate to the size and
complexity of the project, and clearly demonstrate how the proposed technical
solution for each task will achieve expected results. The offeror’s project
management summary and schedule [and its formal Project Management Plan
(using the template found in Attachment A)] will be evaluated against these criteria.
Factor 3 - Proposed Personnel
Sub-Factor 1 - Qualifications and Demonstrated Ability of the Project Manager (PM).
The proposed PM shall demonstrate the qualifications and ability to successfully
lead this project, including the ability to work constructively at multiple levels of
organizations, including senior levels of Government and business.
Sub-Factor 2 - Qualifications and Demonstrated Ability of the Proposed Technical
Staff and Key Personnel. The members of the proposed project team, including
Subject-Matter Experts (SMEs), shall demonstrate the experience and ability to
successfully meet the project milestones, targets, and goals.
Factor 4 - Past Performance
Sub-Factor 1 - Past Performance. The offeror and major subofferor(s) past
performance will be evaluated. A major subofferor (if applicable) is defined as a
subofferor named in the proposal whose total price exceeds 15% of the offer’s
bottom line total price, including fixed fee. The contracting officer will utilize existing
databases of offeror performance information (i.e., PPIRS) and solicit additional
information from the references provided in this SOW. The [Agency] may also use
performance information obtained from sources other than those identified by the
offeror/subofferor.
23
Price realism is an assessment of the accuracy with which proposed prices represent
the most probable cost of performance within each offeror’s technical and management
approach. A price realism evaluation will be performed as part of the evaluation
process as follows:
Verify the offeror’s understanding of the requirements
Assess the degree to which the price proposal accurately reflects the technical
approach
Assess the degree to which the prices included in the Price Proposals accurately
represent the work effort included in the respective Technical Proposals
The results of the price realism analysis will be used as part of the Agency’s best
value/tradeoff analysis.
Although technical evaluation criteria are significantly more important than price, the
closer the technical evaluation scores of the various proposals are to one another, the
more important price considerations will become. The evaluation of proposed prices
may therefore become a determining factor in the award as technical scores converge.
24
In the event that a task order issued under this contract requires the offeror to gain
access to proprietary information of other companies, the offeror shall be required to
execute agreements with those companies to protect the information from unauthorized
use and to refrain from using it for any purpose other than for which it was furnished.
25
11 List of Acronyms
ACT Accounting Control Transaction
BPS Bits Per Second
CAC Common Access Card
CLI Command Line Interface
CO Contracting Officer
COR Contracting Officer Representative
COTR Contracting Officer Technical Representative
CSfC Commercial Solutions for Classified
EFT Electronic Funds Transfer
EIT Electronic Information Technology
FAR Federal Acquisition Regulation
FFP Firm Fixed Price
FIPS Federal Information Processing Standard
GSA General Services Administration
GUI Graphical User Interface
IEEE Institute of Electrical and Electronics Engineers
IP Internet Prtocol
JITC Joint Interoperability Test Command
LAN Local Area Network
MAC Media Access Control
MDF Main Distribution Frame
MDM Mobile Device Management
OCO Operational Contracting Officer
ODC Other Direct Costs
PCI Payment Card Industry
PM Project Manager
PMP Project Management Plan
POE Power Over Ethernet
RFQ Request for Quotation
RFP Request for Proposal
SLA Service Level Agreement
SME Subject Matter Expert
SMS Short Message Service
SOW Statement of Work
SSID Service Set Identifier
SSP Source Selection Plan
TEP Technical Evaluation Plan
VLAN Virtual Local Area Network
WAP Wireless Access Point
26
WEP Wireless Equivalent Privacy
WIPS Wireless Intrusion Prevention System
WPA2 Wireless Protected Access 2
27
12 Attachments
Double-clicking the attachments may produce the error “Word cannot start the converter
mswrd632.wpc,” which is a known Microsoft issue
(http://support.microsoft.com/kb/973904). Microsoft provides the following workaround:
right-click on the embedded attachment (instead of double-clicking) and then select
“Document Object” and then use “Open” (instead of “Convert”) from the pop-up menu.
Attachment A –
Project Management Plan.docx
Attachment B -
Support Locations
Attachment C -
Pricing Requirements
Attachment D -
Pricing Template
Attachment E - Past
Performance Worksheet.doc
28
12.6 Attachment F – Task Order Deliverables Performance Matrix
Attachment F - Task
Order Deliverables Performance Matrix
Attachment G-
Implementation Checklist
Attachment H-
Service Level Agreement (SLA) Matrix
29