Noosh, Inc.
Phone: 888.286.6674
Fax:
408.830.0001
Internet: www.noosh.com
Contract: GS-35F-0490P
Period: 28 Apr 04 27 Apr 09
Table of Contents
(click links to access sections; use Back button
to return)
GSA Contract Terms and Conditions
Overview of Noosh Products and
Services
SIN 132-32: Term Software License (with Price List)
SIN 132-50: Training Courses (with Price List)
SIN 132-51: Information Technology Professional Services (with Price List)
GSA Contract Terms and Conditions
1. GEOGRAPHIC SCOPE OF CONTRACT:
The geographic
scope of this contract is within the 48 contiguous states,
2. CONTRACTOR'S ORDERING ADDRESS AND PAYMENT INFORMATION:
Noosh, Inc.
Contractor will accept credit cards for payment.
Noosh, Inc., bank account information for wire transfer payments will
be shown on the invoice.
The following telephone number(s) can be used by ordering activities to
obtain technical and/or ordering assistance: (408) 617-6000
3. LIABILITY FOR INJURY OR DAMAGE
The Contractor shall not be liable for any injury to
ordering activity personnel or damage to ordering activity property arising
from the use of equipment maintained by the Contractor, unless such injury or damage is due
to the fault or negligence of the Contractor.
4. STATISTICAL DATA FOR GOVERNMENT ORDERING OFFICE COMPLETION OF STANDARD FORM 279:
Block 9: G. Order/Modification Under
Federal Schedule GS-35F-0490P
Block 16: Data Universal Numbering System (DUNS)
Number: 053218314
Block 30: Type of Contractor - Other Small
Business
Block 31: Woman-Owned Small Business - No
Block 36: Contractor's Taxpayer Identification
Number (TIN): 77-0495080
4.a. CAGE Code: 3GUS8
4.b. Contractor has registered with the
Central Contractor Registration Database.
5. FOB DESTINATION
6. DELIVERY SCHEDULE
(a)
TIME OF DELIVERY:
The Contractor shall deliver to destination within the number of calendar days
after receipt of order (ARO), as set forth below:
SPECIAL ITEM NUMBER DELIVERY TIME (Days ARO)
132-32 30
Days
132-50 30
Days
132-51 As
agreed to between Noosh and Ordering Activity
SPECIAL ITEM NUMBER EXPEDITED DELIVERY TIME (Days ARO)
132-32 10
Days
132-50 10
Days
132-51 As
agreed to between Noosh and Ordering Activity
(b)
URGENT REQUIREMENTS:
When the Federal Supply Schedule contract delivery period does not meet the
bona fide urgent delivery requirements of an ordering activity, ordering
activities are encouraged, if time permits, to contact the Contractor for the
purpose of obtaining accelerated delivery. The Contractor shall reply to the
inquiry within 3 workdays after receipt. (Telephonic replies shall be confirmed
by the Contractor in writing.) If the Contractor offers an accelerated delivery
time acceptable to the ordering activity, any order(s) placed pursuant to the
agreed upon accelerated delivery time frame shall be delivered within this
shorter delivery time and in accordance with all other terms and conditions of
the contract.
7. DISCOUNTS: Prices shown are NET Prices; Basic Discounts have been deducted.
(a)
Prompt Payment: None
(b)
Quantity: None
(c)
Dollar Volume: None
(d)
Government
Educational Institutions: None
(e)
Other: None
8. TRADE AGREEMENTS ACT OF 1979, AS AMENDED:
All items are
9. STATEMENT CONCERNING AVAILABILITY OF EXPORT PACKING: N/A
10. SMALL REQUIREMENTS: The minimum dollar value of orders to be issued is $100.00.
11. MAXIMUM ORDER (ALL DOLLAR AMOUNTS ARE EXCLUSIVE OF ANY
DISCOUNT
FOR PROMPT PAYMENT.)
(a)
The Maximum Order
value for the following Special Item Numbers (SINs) is $500,000:
Special Item Number 132-32 - Term Software Licenses
Special Item Number 132-51 - Information Technology
(IT) Professional Services
(b)
The Maximum Order
value for the following Special Item Numbers (SINs) is $25,000:
Special Item Number 132-50 - Training Courses
12. USE OF FEDERAL SUPPLY SERVICE INFORMATION TECHNOLOGY SCHEDULE CONTRACTS. In accordance with FAR 8.404:
[NOTE: Special ordering procedures have been established for Special Item Numbers (SINs) 132-51 IT Professional Services and 132-52 EC Services; refer to the terms and conditions for those SINs.]
Orders placed pursuant to a Multiple Award Schedule (MAS), using the procedures in FAR 8.404, are considered to be issued pursuant to full and open competition. Therefore, when placing orders under Federal Supply Schedules, ordering activities need not seek further competition, synopsize the requirement, make a separate determination of fair and reasonable pricing, or consider small business set-asides in accordance with subpart 19.5. GSA has already determined the prices of items under schedule contracts to be fair and reasonable. By placing an order against a schedule using the procedures outlined below, the ordering activity has concluded that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the ordering activity s needs.
(a) Orders
placed at or below the micro-purchase threshold. ordering
activities can place orders at or below the micro-purchase threshold with any
Federal Supply Schedule Contractor.
(b) Orders
exceeding the micro-purchase threshold but not exceeding the maximum order
threshold. Orders should be placed with the Schedule Contractor that can
provide the supply or service that represents the best value. Before placing an
order, ordering activities should consider reasonably available information
about the supply or service offered under MAS contracts by using the GSA
Advantage! on-line shopping service, or by reviewing the catalogs/pricelists
of at least three Schedule Contractors and selecting the delivery and other
options available under the schedule that meets the ordering activity s needs.
In selecting the supply or service representing the best value, the ordering activity may consider--
(1) Special features of the supply or service that are required in effective program performance and that are not provided by a comparable supply or service;
(2) Trade-in considerations;
(3) Probable life of the item selected as compared with that of a comparable item;
(4) Warranty considerations;
(5) Maintenance availability;
(6) Past performance; and
(7) Environmental and energy efficiency considerations.
(c) Orders exceeding the maximum order threshold. Each schedule contract has an established maximum order threshold. This threshold represents the point where it is advantageous for the ordering activity to seek a price reduction. In addition to following the procedures in paragraph b, above, and before placing an order that exceeds the maximum order threshold, ordering activities shall
Review additional Schedule Contractors
(1) catalogs/pricelists or use the GSA Advantage! on-line shopping service;
(2) Based upon the initial evaluation, generally seek price reductions from the Schedule Contractor(s) appearing to provide the best value (considering price and other factors); and
(3) After price reductions have been sought, place the order with the Schedule Contractor that provides the best value and results in the lowest overall cost alternative. If further price reductions are not offered, an order may still be placed, if the ordering activity determines that it is appropriate.
NOTE: For orders exceeding the maximum order threshold, the Contractor may:
(1) Offer a new lower price for this requirement (the Price Reductions clause is not applicable to orders placed over the maximum order in FAR 52.216-19 Order Limitations);
(2) Offer the lowest price available under the contract; or
(3) Decline the order (orders must be returned in accordance with FAR 52.216-19).
(d) Blanket purchase agreements (BPAs). The establishment of Federal Supply Schedule BPAs is permitted when following the ordering procedures in FAR 8.404. All schedule contracts contain BPA provisions. ordering activities may use BPAs to establish accounts with Contractors to fill recurring requirements. BPAs should address the frequency of ordering and invoicing, discounts, and delivery locations and times.
(e) Price reductions. In addition to the circumstances outlined in paragraph c, above, there may be instances when ordering activities will find it advantageous to request a price reduction. For example, when the ordering activity finds a schedule supply or service elsewhere at a lower price or when a BPA is being established to fill recurring requirements, requesting a price reduction could be advantageous. The potential volume of orders under these agreements, regardless of the size of the individual order, may offer the ordering activity the opportunity to secure greater discounts. Schedule Contractors are not required to pass on to all schedule users a price reduction extended only to an individual ordering activity for a specific order.
(f) Small business. For orders exceeding the micro-purchase threshold, ordering activities should give preference to the items of small business concerns when two or more items at the same delivered price will satisfy the requirement.
(g) Documentation. Orders should be documented, at a minimum, by identifying the Contractor the item was purchased from, the item purchased, and the amount paid. If an ordering activity requirement, in excess of the micro-purchase threshold, is defined so as to require a particular brand name, product, or feature of a product peculiar to one manufacturer, thereby precluding consideration of a product manufactured by another company, the ordering activity shall include an explanation in the file as to why the particular brand name, product, or feature is essential to satisfy the ordering activity s needs.
13. FEDERAL
INFORMATION TECHNOLOGY/TELECOMMUNICATION STANDARDS REQUIREMENTS:
Ordering activities acquiring products from this Schedule must comply with the provisions of the Federal Standards Program, as appropriate (reference: NIST Federal Standards Index). Inquiries to determine whether or not specific products listed herein comply with Federal Information Processing Standards (FIPS) or Federal Telecommunication Standards (FED-STDS), which are cited by ordering activities, shall be responded to promptly by the Contractor.
13.1 FEDERAL INFORMATION PROCESSING STANDARDS PUBLICATIONS (FIPS PUBS):
Information Technology products under this Schedule that
do not conform to Federal Information Processing Standards (FIPS) should not be
acquired unless a waiver has been granted in accordance with the applicable
"FIPS Publication." Federal Information Processing Standards
Publications (FIPS PUBS) are issued by the U.S. Department of Commerce,
National Institute of Standards and Technology (NIST), pursuant to National
Security Act. Information concerning their availability and applicability
should be obtained from the National Technical Information Service (NTIS),
Individual orders for FIPS PUBS should be referred to the NTIS Sales Office, and orders for subscription service should be referred to the NTIS Subscription Officer, both at the above address, or telephone number (703) 487-4650.
13.2 FEDERAL TELECOMMUNICATION STANDARDS (FED-STDS):
Telecommunication products under this Schedule that do not
conform to Federal Telecommunication Standards (FED-STDS) should not be
acquired unless a waiver has been granted in accordance with the applicable
"FED-STD." Federal Telecommunication Standards are issued by the U.S.
Department of Commerce, National Institute of Standards and Technology (NIST),
pursuant to National Security Act. Ordering information and information
concerning the availability of FED-STDS should be obtained from the GSA,
Federal Supply Service, Specification Section, 470 East L Enfant
Plaza,
14. CONTRACTOR TASKS / SPECIAL REQUIREMENTS (C-FSS-370) (NOV 2001)
(a) Security Clearances: The Contractor may be required to obtain/possess varying levels of security clearances in the performance of orders issued under this contract. All costs associated with obtaining/possessing such security clearances should be factored into the price offered under the Multiple Award Schedule.
(b) Travel: The Contractor may be required to travel in performance of orders issued under this contract. Allowable travel and per diem charges are governed by Pub .L. 99-234 and FAR Part 31, and are reimbursable by the ordering agency or can be priced as a fixed price item on orders placed under the Multiple Award Schedule. The Industrial Funding Fee does NOT apply to travel and per diem charges.
(c) Certifications, Licenses and Accreditations: As a commercial practice, the Contractor may be required to obtain/possess any variety of certifications, licenses and accreditations for specific FSC/service code classifications offered. All costs associated with obtaining/ possessing such certifications, licenses and accreditations should be factored into the price offered under the Multiple Award Schedule program.
(d) Insurance: As a commercial practice, the Contractor may be required to obtain/possess insurance coverage for specific FSC/service code classifications offered. All costs associated with obtaining/possessing such insurance should be factored into the price offered under the Multiple Award Schedule program.
(e) Personnel: The Contractor may be required to provide key personnel, resumes or skill category descriptions in the performance of orders issued under this contract. Ordering activities may require agency approval of additions or replacements to key personnel.
(f) Organizational Conflicts of Interest: Where there may be an organizational conflict of interest as determined by the ordering agency, the Contractor s participation in such order may be restricted in accordance with FAR Part 9.5.
(g) Documentation/Standards: The Contractor may be requested to provide products or services in accordance with rules, regulations, OMB orders, standards and documentation as specified by the agency s order.
(h) Data/Deliverable Requirements: Any required data/deliverables at the ordering level will be as specified or negotiated in the agency s order.
(i) Government-Furnished Property: As specified by the agency s order, the Government may provide property, equipment, materials or resources as necessary.
(j) Availability of Funds: Many Government agencies operating funds are appropriated for a specific fiscal year. Funds may not be presently available for any orders placed under the contract or any option year. The Government s obligation on orders placed under this contract is contingent upon the availability of appropriated funds from which payment for ordering purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are available to the ordering Contracting Officer.
15. CONTRACT ADMINISTRATION FOR ORDERING ACTIVITIES:
Any ordering activity, with respect to any one or more delivery orders placed by it under this contract, may exercise the same rights of termination as might the GSA Contracting Officer under provisions of FAR 52.212-4, paragraphs (l) Termination for the ordering activity s convenience, and (m) Termination for Cause (See C.1.)
16. GSA ADVANTAGE!
GSA Advantage! is an on-line, interactive electronic information and ordering system that provides on-line access to vendors' schedule prices with ordering information. GSA Advantage! will allow the user to perform various searches across all contracts including, but not limited to:
(1) Manufacturer;
(2) Manufacturer's Part Number; and
(3) Product categories.
Agencies can browse GSA Advantage! by accessing the Internet World Wide Web utilizing a browser (ex.: NetScape). The Internet address is http://www.fss.gsa.gov/.
17. PURCHASE OF OPEN MARKET ITEMS
NOTE:
Open Market Items are also known as incidental items, non-contract items,
non-Schedule items, and items not on a Federal Supply Schedule contract.
For
administrative convenience, an ordering activity contracting officer may add
items not on the Federal Supply Multiple Award Schedule (MAS) -- referred to as
open market items -- to a Federal Supply Schedule blanket purchase agreement
(BPA) or an individual task or delivery order, only if-
(1) All applicable
acquisition regulations pertaining to the purchase of the items not on the
Federal Supply Schedule have been followed (e.g., publicizing (Part 5),
competition requirements (Part 6), acquisition of commercial items (Part 12),
contracting methods (Parts 13, 14, and 15), and small business programs (Part
19));
(2) The ordering
activity contracting officer has determined the price for the items not on the
Federal Supply Schedule is fair and reasonable;
(3) The items are
clearly labeled on the order as items not on the Federal Supply Schedule; and
(4) All clauses
applicable to items not on the Federal Supply Schedule are included in the
order.
18. CONTRACTOR COMMITMENTS, WARRANTIES AND REPRESENTATIONS
(a) For the purpose of this contract, commitments, warranties and representations include, in addition to those agreed to for the entire schedule contract:
(1) Time of delivery/installation quotations for individual orders;
(2) Technical representations and/or warranties of products concerning performance, total system performance and/or configuration, physical, design and/or functional characteristics and capabilities of a product/equipment/ service/software package submitted in response to requirements which result in orders under this schedule contract.
(3) Any representations and/or warranties concerning the products made in any literature, description, drawings and/or specifications furnished by the Contractor.
(b) The above is not intended to encompass items not currently covered by the GSA Schedule contract.
19. OVERSEAS ACTIVITIES
The terms and conditions of this contract shall apply to all
orders for installation, maintenance and repair of equipment in areas listed in
the pricelist outside the 48 contiguous states and the
N/A
Upon request of the Contractor, the ordering activity may provide the Contractor with logistics support, as available, in accordance with all applicable ordering activity regulations. Such ordering activity support will be provided on a reimbursable basis, and will only be provided to the Contractor's technical personnel whose services are exclusively required for the fulfillment of the terms and conditions of this contract.
20. BLANKET PURCHASE AGREEMENTS (BPAS)
Federal Acquisition Regulation (FAR) 13.303-1(a) defines Blanket Purchase Agreements (BPAs) as a simplified method of filling anticipated repetitive needs for supplies or services by establishing charge accounts with qualified sources of supply. The use of Blanket Purchase Agreements under the Federal Supply Schedule Program is authorized in accordance with FAR 13.303-2(c)(3), which reads, in part, as follows:
BPAs may be established with Federal Supply Schedule Contractors, if not inconsistent with the terms of the applicable schedule contract.
Federal Supply Schedule contracts contain BPA provisions to enable schedule users to maximize their administrative and purchasing savings. This feature permits schedule users to set up accounts with Schedule Contractors to fill recurring requirements. These accounts establish a period for the BPA and generally address issues such as the frequency of ordering and invoicing, authorized callers, discounts, delivery locations and times. Agencies may qualify for the best quantity/volume discounts available under the contract, based on the potential volume of business that may be generated through such an agreement, regardless of the size of the individual orders. In addition, agencies may be able to secure a discount higher than that available in the contract based on the aggregate volume of business possible under a BPA. Finally, Contractors may be open to a progressive type of discounting where the discount would increase once the sales accumulated under the BPA reach certain prescribed levels. Use of a BPA may be particularly useful with the new Maximum Order feature. See the Suggested Format, contained in this Schedule Pricelist, for customers to consider when using this purchasing tool.
21. CONTRACTOR TEAM ARRANGEMENTS
Contractors participating in contractor team arrangements must abide by all terms and conditions of their respective contracts. This includes compliance with Clauses 552.238-74, Industrial Funding Fee and Sales Reporting, i.e., each contractor (team member) must report sales and remit the IFF for all products and services provided under its individual contract.
22. INSTALLATION, DEINSTALLATION, REINSTALLATION
The Davis-Bacon Act (40 U.S.C. 276a-276a-7) provides that contracts in
excess of $2,000 to which the United States or the District of Columbia is a
party for construction, alteration, or repair (including painting and
decorating) of public buildings or public works with the United States, shall
contain a clause that no laborer or mechanic employed directly upon the site of
the work shall received less than the prevailing wage rates as determined by
the Secretary of Labor. The requirements of the Davis-Bacon Act do not apply
if the construction work is incidental to the furnishing of supplies, equipment, or services. For example, the requirements do not apply to simple installation or alteration of a public building or public work that is incidental to furnishing supplies or equipment under a supply contract. However, if the construction, alteration or repair is segregable and exceeds $2,000, then the requirements of the Davis-Bacon Act applies.
The ordering activity issuing the task order against this contract will be responsible for proper administration and enforcement of the Federal labor standards covered by the Davis-Bacon Act. The proper Davis-Bacon wage determination will be issued by the ordering activity at the time a request for quotations is made for applicable construction classified installation, deinstallation, and reinstallation services under SIN 132-8.
23. SECTION 508 COMPLIANCE.
If applicable, Section 508 compliance information on the supplies and services in this contract are available in Electronic and Information Technology (EIT) at the following:
The EIT standard can be found at: www.Section508.gov/.
24. PRIME CONTRACTOR ORDERING FROM FEDERAL SUPPLY SCHEDULES.
Prime Contractors (on cost reimbursement contracts) placing orders under Federal Supply Schedules, on behalf of an ordering activity, shall follow the terms of the applicable schedule and authorization and include with each order
(a) A copy of the authorization from the ordering activity with whom the contractor has the prime contract (unless a copy was previously furnished to the Federal Supply Schedule contractor); and
(b) The following statement:
This order is placed under written authorization from _______ dated _______. In the event of any inconsistency between the terms and conditions of this order and those of your Federal Supply Schedule contract, the latter will govern.
25. INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (FAR 52.228-5)
(a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract.
(b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective
(1) For such period as the laws of the State in which this contract is to be performed prescribe; or
(2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer.
(c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.
Overview of Noosh
Products and Services
Since Noosh, Inc. launched its electronic print procurement solution in 1998 it has become the procurement tool of choice by the nation s largest print buyers and outsourcers.
The application provides a suite of project management, print specification, shipping and file management tools which, combined with integrated e-mail messaging and on-line annotation, enable total project collaboration between print specialists, procurement authorities and contractors.
The Noosh platform is based on the Application Service Provider (ASP) model, which means customers do not require additional hardware, software or IT services to install, configure, support and maintain client/server and desktop applications. Instead, Noosh customers only require Internet Explorer version 5.0 or higher to access and use the application. System access requires users to enter a user name and a 128-bit encrypted password. Customers can also require their users to only log in using the Secure Sockets Layer (SSL) level of protected internet access.
Noosh began tailoring a government version of its award winning ASP platform in May 2002. The application provides the Government Printing Office (GPO) Standard Form 1 (SF-1) and the GPO Form 2511, which are printed in Adobe PDF format.
Noosh specs use smart form technology to auto-populate fields and perform data validation. For example, when the user selects a Program on the 2511 spec, the contract (Print Order No, Requisition No., Jacket No, BAC) and contractor information (PO No., Object Class, State Code, Contractor Code) are automatically filled in. In addition, the stock, trim size, and other contract requirements are automatically populated into form dropdowns to ensure that contract requirements are complied with when specifying the print job.
Figure 1 GPO Form 2511 Auto-populates Contract Data
In addition to printing the SF-1 and Form 2511 in PDF format, the specs can be saved as PDF files for electronic transfer to GPO as e-mail attachments, which eliminate the time-consuming task of faxing hardcopy documents.
Maintenance of program/contract data, e.g., requisition numbers, print order numbers, contractor information, etc., is performed by the customer s workgroup administrator using Noosh s System Admin module.
The Noosh application is highly flexible and scalable. Many customer-specific requirements require expensive customization by our competitors are implemented by our Professional Services Organization (PSO) staff using powerful built-in configuration tools. The Noosh system is dynamic, which allows most print specification modifications to be made by modifying the templates that are used to generate the specifications, not by developing a new, customized specification.
Finally, Noosh provides procurement support for the Simplified Procurement Agreement (SPA). Now agency buyers can use the same print e-procurement modules for making SPA purchases as Noosh s commercial customers use in their daily business, which represents hundreds of millions of dollars in print procurement, annually.
SIN 132-32: Term Software License
Noosh offers GSA buyers a substantial discount off its commercial pricing for its subscription-based term license. The subscription is based on the customer s annual print spend. After five years the term license will automatically convert to a Perpetual License. Perpetual license customers pay a lower annual hosting, maintenance and support fee than subscription customers. If an agency requires a Perpetual License as part of its initial implementation, it can pre-pay the five year subscription which will result in the immediate conversion from subscription to perpetual license.
Noosh GSA Pricing
132-32, March 1, 2004
SIN |
Item |
Annual Print
Spend (Millions $) |
Commercial
Rate |
GSA Price
(includes IFF) |
132-32 |
Monthly Subscription |
$0M $1M |
$2,000 |
$1,552 |
|
|
$1M $3M |
$3,400 |
$2,638 |
|
|
$3M - $6M |
$6,500 |
$5,043 |
|
|
$6M - $10M |
$9,600 |
$7,447 |
|
|
$10M - $15M |
$13,000 |
$10,085 |
|
|
$15M - $20M |
$15,400 |
$11,947 |
|
|
$20M - $25M |
$18,000 |
$13,964 |
|
|
$25M+ |
Contact Noosh |
|
132-32 |
Annual Subscription Year 1 |
$0M $1M |
$24,000 |
$18,619 |
|
|
$1M $3M |
$40,800 |
$31,652 |
|
|
$3M - $6M |
$78,000 |
$60,510 |
|
|
$6M - $10M |
$115,200 |
$89,369 |
|
|
$10M - $15M |
$156,000 |
$121,021 |
|
|
$15M - $20M |
$184,800 |
$143,363 |
|
|
$20M - $25M |
$216,000 |
$167,567 |
|
|
$25M+ |
Contact Noosh |
|
132-32 |
Annual Subscription
Years 2 - 5 |
$0M $1M |
$18,000 |
$13,964 |
|
|
$1M $3M |
$30,240 |
$23,459 |
|
|
$3M - $6M |
$58,320 |
$45,243 |
|
|
$6M - $10M |
$86,400 |
$67,027 |
|
|
$10M - $15M |
$117,360 |
$91,045 |
|
|
$15M - $20M |
$138,960 |
$107,802 |
|
|
$20M - $25M |
$162,000 |
$125,676 |
|
|
$25M+ |
Contact Noosh |
|
Notes:
Subscription includes Hosting, Maintenance and Support.
Subscription requires five-year commitment payable bi-annually or annually, in advance.
After five years, subscription will automatically convert to a Perpetual license.
Number of users on the system is based on maximum print spend divided by 100,000 (e.g., $10M of print spend supports up to 100 users of any type). A five-user license is provided for systems with less than $1M print spend.
The Noosh PSO staff provides a full range of training materials and instruction tailored to the customer s specific requirements. Training materials can be custom-branded for the customer and may include training and user guides, presentation slides, and on-line videos. Training is generally conducted on-site in a classroom setting based on a customer-approved training plan. Individual one-on-one training is also available. Custom training videos can be developed for training new users after the initial training and serve as great refresher courses for users.
Suppliers also receive training in cases where the customer will be using the procurement modules, e.g., the SPA Order Form.
Noosh GSA Pricing 132-50, March 1, 2004
SIN |
Skill Category |
Unit |
Commercial
Rate |
Final GSA
Price |
132-50 |
Professional Services |
Day |
$1,500.00 |
$1,164.00 |
SIN 132-51: IT Services
(Amendment/Modification No. PO-0001)
The Noosh PSO staff has, on average, over 17 years experience in the graphics arts industry, including manufacturing and procurement experience. Each is qualified as functional experts in the print domain and work directly with the customer in defining the overall project goals and objectives. Specifically, the PSO staff provides expert services in the following areas:
Project Planning
Ongoing project management
Goals definition
Current workflow analysis
Target workflow analysis summary level
Process Savings opportunity overview
Current spend analysis
Spend savings opportunity
Detailed target workflow analysis
o
Set baselines and performance metrics
Customization requirements definition
Customization implementation review and approval
coordination
Definition of training requirements
Workgroup and Account configuration optimized to
match workflow
Deployment Support (on-site or remotely)
Monthly follow-up program to:
o
Measure performance versus targets
o
Assess savings realized,
o
Review usage statistics
o
Modify workflows based on user feedback
Statistical Comparisons:
o
Examine statistical pricing trends
o
Examine specific user s performance versus other
users
Within this scope, PSO staff defines the customer s requirements, documents the workflow, and develops various planning documents required to be delivered, including the project plan, implementation plan, training plan, and test plan. During implementation, the PSO staff works directly with Noosh Engineering to develop system design specifications and test plans; conduct the final Quality Assurance tests of all contract deliverables prior to actual delivery to the customer; and develops System Acceptance Testing (SAT) and User Acceptance Testing (UAT) plans with the customer and its technical and production staff. Finally, the PSO staff support the customer during all phases of the SAT and UAT processes.
Each technical document developed by PSO will be submitted to the ordering activity s Project Manager for review, comment, and final approval.
Noosh GSA Pricing
132-51, March 1, 2004
SIN |
Skill Category |
Unit |
Commercial
Rate |
Final GSA
Price |
132-51 |
Professional Services |
Day |
$1,500.00 |
$1,435.69 |