Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2015 FBO #5014
MODIFICATION

70 -- Extensible Markup Language (XML) Resource Repository Replacement

Notice Date
8/14/2015
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Commerce, Patent and Trademark Office (PTO), Office of Procurement, P. O. Box 1450 - Mail Stop 6, 600 Dulany Street, MDE, 7th Floor, Alexandria, Virginia, 22313-1450
 
ZIP Code
22313-1450
 
Solicitation Number
RFI-USPTO-DHR-201505
 
Archive Date
9/19/2015
 
Point of Contact
Douglas Hardy Reed, Phone: 5712722758
 
E-Mail Address
douglas.reed@uspto.gov
(douglas.reed@uspto.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a reposting of RFI-USPTO-DHR-2015-05 (original deadline was 8/3/2015). New deadline will be 12pm Eastern Standard Time (EST), 9/4/2015. The Government will not be taking technical questions at this time. Thanks. THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the United States Patent and Trademark Office (USPTO) is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the United States (U.S) Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Responses to the RFI will not be returned. Please be advised that all submissions become Government property and will not be returned. Responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor the Federal Business Opportunities (www.fbo.gov) site for additional information pertaining to this RFI. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. NAICS Code is 511210 (Software Publishers) and Federal Supply Code (FSC) is 7030 (ADP Software). Background: Systems developed at USPTO create resources such as XML schemas, XML Document Type Definitions DTDs, XML documents, web services (i.e., Simple Object Access protocol [SOAP] and Representational State Transfer [REST] services), JavaScript Object Notation (JSON) documents, and JSON schemas. The USPTO, Office of Data Architecture and Division (EDAD), currently uses a web-based COTS product called XML Canon Repository to store these resources. Objective: This effort is intended to identify a new Commercial Off-the-Shelf (COTS) product that will be the repository for storing these resources in a central repository that facilitates discovery, reuse, collaboration, and management. Scope: This system shall support the Office of Chief Information Officer (OCIO) and other users from USPTO business areas, such as Patents, Trademarks, Corporate Services, Dissemination and Policy that support systems development. Requirements: Of utmost importance is that the following requirements are supported without additional coding of the COTS product. The USPTO has a requirement for a COTS product capable of: 1.1.Repository for the following resources - XML DTD, XML Schema, Web Service Definition Language (WSDL), JSON schema, JSON document, and XML Documents. 1.2.Registry and repository for WSDL and REST services. 1.3.Downloading resources in the repository in bulk. Ability to select and download any number of folders and files. 1.4.Auto discovery of services in production environment. 1.5.Search within resources (XML DTD, XML Schema, WSDL, JSON schema, JSON document, and XML Documents) in the repository. 1.6.Organize resources and artifacts by portfolio (Patents End to End, Trademark Next Generation), business area (Patent, Trademark, Corporate, etc.), system name, and system release number. 1.7.Organize resources by ontology. A service can be "classified" by one or more Ontologies. Example of some ontologies for web services are Patent Search Services, Patent Bibliographic Data Services, Examiner Docket Data services, Employee Data Services. Examples of ontology for XML schemas resources could be classified as Patent Schemas, Trademark schemas, or Corporate schemas, etc. 1.8.Real time view of web services metadata (wsdl, restful) consumer and producer. 1.9.Track contract and service level agreement. 1.10.Define and enforce contracts between providers and consumers of web services - web service policies. 1.11.Allow consumers and service providers to interact to negotiate terms, request access and specify service. 1.12.Integrate with Layer 7 product supporting service-oriented architecture (SOA) governance. 1.13.Support Report Generation of content in the repository. 1.14.Ability to export report and save in Microsoft (MS) Excel, MS Word, Portable Data Format (PDF) or Hyper-Text Markup Language (HTML) 1.15.Ability to generate audit log and error processing report. 1.16.Runs on Windows, Unix and/or Linux environment. 1.17.Web based application. 1.18.Provide role based access (RBAC) capability (menu and data control by role). 1.19.Section 508 Compliant. 1.20.Integrates with Active Directory and Single Sign On capability. 1.21.Universal Description, Discovery and Integration V3 (UDDIv3) Compliance (SOAP and REST service). 1.22.Integrate with USPTO current standardized environment and tools by providing application program interface (API) support GEARS and CICM. (e.g., Global Enterprise Architecture Repository System (GEARS) based on Troux COTS and Continuous Integration Configuration Management (CICM) using open sources tools Subversion, Jenkins, Nexus, and Sonarqube). Format for RFI Responses: The respondent is encouraged to identify and provide any unique solutions that will result in effective and efficient operations. Responses are limited to no more than 25 pages in length and submitted in MS Word or PDF as a single document not to exceed 9 megabytes. The total page count of 25 pages does not include the cover letter, table of contents and any acronyms list. The total page count does include all other information provided (i.e., charts, graphs, screenshots, pictures, Introduction, Technical Capability, Organization Experience/Past Performance, etc.). Font size shall be 12 point, Times New Roman, and prepared in MS Word format. Charts and graphics must be in MS Excel, MS Visio, or PDF format. Proprietary information submitted in response to this RFI will be protected from unauthorized disclosure as required by the Federal Acquisition Regulation (FAR). All proprietary markings should be clearly delineated. The respondent shall identify where data is restricted by proprietary or other rights and mark it accordingly. The format for the RFI response is described below: Cover page: (1) Company name, (2) Primary and Alternate Points of Contact, (3) Phone Number and Email Address, (4) DUNS Number, (5) Primary NAICS Code/FSC, (6) Corresponding Business Size (i.e., Large Business, Small Business, Service Disable Veteran Owned Small Business, Veteran Owned Small Business, Woman Owned Small Business, Small Disadvantaged Business, HUBZone Business, or 8a Small Business) and (7) Federal Supply Schedule (FSS) Contract Number and SIN or other Government Wide Acquisition Contract (GWAC) Number, if applicable. Introduction: Provide a brief description of the COTS product features to meet the requirements contained herein, including overall description of the proposed COTS product solution(s). Technical Capability: Describe product solution(s) for the areas described in Requirements section of this RFI. The responses should provide technical data and a demonstrated ability for those areas identified. Interested parties should provide information on their ability to use existing assets or configure, maintain, and/or provide technical support for the resources needed for the proposed product(s). Interested parties should also describe technical benefits of their proposed product solution(s) in terms of existing technologies or resources, improvements/enhancements, cost efficiencies of their specific approach, and any other support capabilities that provide product excellence or uniqueness. Organization Experience/Past Performance: Provide a brief description of your organization's experience in same or similar services and/or product solution(s) to both commercial and government organizations. Clarification of RFI Responses: To fully comprehend the information contained within a response to this RFI, there may be a need to seek further clarification from those respondent(s) identified to have relevant capabilities for market research purposes. This clarification may be requested in the form of brief verbal communication by telephone, written communication, electronic communication, or a request for a presentation/demonstration of the response to a specific USPTO group or groups. The USPTO reserves the right to seek additional information from those respondents identified with unique solutions that are determined to be beneficial to the USPTO. RFI Responses Due: Respondents shall submit responses to RFI no later than 12:00pm EST, 9/4/2015 by e-mail to CO Doug Reed with cc to COR Neal Miskell. Please indicate "RFI Response - XML Resource Repository Replacement" in subject line of e-mail. No phone calls please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/PTO/OPDC20220/RFI-USPTO-DHR-201505 /listing.html)
 
Place of Performance
Address: USPTO Headquarters, 600 Dulany Street, Alexandria, Virginia, 22314, United States
Zip Code: 22314
 
Record
SN03840276-W 20150816/150815000151-420b883e8cb0c265ec4d07371c6fe578 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.