Posted: March 4, 2025, 10:32 a.m. EST
UPDATE: Amendment 0002 is hereby issued on 1/21/25 to post RFQ Q&As with RFQ changes. See attached document entitled "88310325Q00018 Enterprise Ticketing System Amendment 002_Questions and Answers_FINAL" The RFQ due date of 4:00 PM ET on January 28, 2025 remains unchanged.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 88310325Q00018 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-01 effective November 12, 2024. This is total small business set-aside RFQ under NAICS code 541519, Other Computer Related Services. CONTRACT LINE ITEM NUMBER(S): Reference Attachment 1, Schedule of Prices. REQUIREMENT: The National Archives and Records Administration (NARA) has a requirement to obtain an Enterprise Ticketing System for Archives I and the Presidential Libraries. Reference Attachment 2, Performance Work Statement PERIOD OF PERFORMANCE: The period of performance will consist of a base year and four (4) option years. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant contract. FAR provisions will be removed prior to award. FAR provision 52.212-1 , Instructions to Offerors Commercial Products and Commercial Services (Sep 2023) Addenda: (1) Change paragraph (c) to read: Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. (2) Delete paragraph (h), Multiple Awards. - reference below for additional quotation submission instructions. EVALUATION (In lieu of FAR provision 52.212-2): Evaluation and award will be in accordance with Simplified Acquisition Procedures at FAR 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation authorized by FAR Subpart 13.5, Simplified Procedures for Certain Commercial Products and Commercial Services as prescribed by FAR 12.301(c)(2). Selection of the Contractor for award of this contract will be based on NARA's assessment of the best overall value to the Government. Reference Attachment 11, Evaluation Factors for Award. The Government reserves the right to make an award on the initial quotation without communicating with contractors. The Government reserves the right to engage all, some, or none of the firms submitting quotations in response to this RFQ to obtain a better understanding of any aspects of its quote and to reach a determination on which quotation is the most advantageous to the Government. FAR provision 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services (May 2024) - The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (Nov 2023) reference Attachment 7, NARA Terms and Conditions (Addenda to FAR clause 52.212-4). FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services (Nov 2024) - reference Attachment 8, FAR Clauses for the full text of this clause and for additional applicable FAR clauses. The Contractor is required to be registered in the System for Award Management (SAM) and maintain registration until final payment in accordance with FAR provision 52.204-7, System for Award Management (Nov 2024). Full text provisions and clauses can be found at http://www.acquisition.gov. QUESTIONS: Questions regarding this RFQ must be submitted in writing to the Contract Specialist, James Philiposian (Contractor) at james.philiposian@nara.gov no later than 12:00 PM ET on January 7, 2025 to be considered. Questions submitted in any other manner will not be answered. Contractors are requested to group and submit questions in the same order found in the RFQ while making reference to the particular paragraph number. The Government will answer questions or requests for clarification via a written RFQ amendment. QUOTATION DUE DATE: Quotations must be received by 4:00 PM ET on January 28, 2025. Failure to submit quotations by the due date and time may result in rejection of the quotation as untimely. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. QUOTATION SUBMISSION INSTRUCTIONS: Reference Attachment 10, Quotation Submission Instructions.
Attachments:
Attachment 1 Schedule of Prices
Attachment 2 -- Performance Work Statement (PWS)
PWS Attachment 1 -- Contractor Technical Response Worksheet FINAL.
Appendix 1 NARA Systems Development Lifecycle Methodology (SDLC)
Appendix 2 NARA IT Security Requirements
Appendix 3 Ticketing System RVTM
Appendix 4 NARA Directive 804, Information Technology Systems Security
Appendix 5 NARA Directive 1608, NARA's Privacy Program and supplement
Appendix 6 NARA Directive 1609, Initial Privacy Reviews and Privacy Impact Assessment
Appendix 7 Test Plan Template
Appendix 8 Test Procedures Template
Appendix 9 Test Report Template
Appendix 10 -- NARA SDLC Tailoring Plan and Schedule
Appendix 11 Cloud Configuration Management Database (CMDB) Template
Appendix 12 Accessibility Requirements Tool Ticketing Requirements
Appendix 13 Visitor Data Archives I (2015 through 2024)
Appendix 14 FY 2023 Presidential Library and Museum Ticket Sales
Appendix 15 Website Checklist
Appendix 16 NARA Visual Identity Guide
Attachment 3 Quality Assurance Surveillance Plan (QASP)
Attachment 4 Performance Requirements Summary (PRS)
Attachment 5 Non-Disclosure Agreement
Attachment 6 Contract Administration
Attachment 7 NARA Terms and Conditions (Addenda to FAR Clause 52.212-4)
Attachment 8 FAR Clauses
Attachment 9 FEDRAMP Terms and Conditions for Hosted Solutions and Cloud Computing Services
Attachment 10 Quotation Submission Instructions
Attachment 11 Evaluation Factors for Award
Attachment 12 Product Demonstration Video Instructions
Attachment 13 -- Relevant Past Performance Questionnaire
Posted: March 3, 2025, 2:46 p.m. EST
Posted: Jan. 21, 2025, 3:56 p.m. EST
Posted: Jan. 14, 2025, 9:35 a.m. EST
Posted: Dec. 19, 2024, 10:54 a.m. EST
Posted: Dec. 18, 2024, 2:39 p.m. EST
Background
The National Archives and Records Administration (NARA) is seeking to obtain an Enterprise Ticketing System for Archives I and the Presidential Libraries. This solicitation is issued as a Request for Quotation (RFQ). The goal of this contract is to implement a commercially available, cloud-hosted Software as a Service (SaaS) solution that requires minimal configuration and meets NARA's operational needs.
Work Details
The contractor will be responsible for configuring, integrating, testing, and deploying the ticketing system into production for use at Archives I by May 31, 2025.
The deployment plan must document the approach and timeline for deploying the system to Archives I and the John F. Kennedy Presidential Library and Museum by September 30, 2025. The contractor must migrate sales data from the last two years from the legacy ticketing system at each library into the new system prior to site deployment without corruption or loss. The data types include order information, customer account information, event details, and more.
The solution must also support multi-factor authentication using Microsoft Entra ID and comply with security requirements outlined in NARA directives. Additionally, the contractor will provide all necessary hardware and software including kiosks and point-of-sale systems that are EMV compliant.
Place of Performance
The contract will be performed at Archives I in Washington D.C. and various Presidential Libraries.