SOURCES SOUGHT
70 -- Contract Collaboration Center (C3) Solution - Sources Sought
- Notice Date
- 5/16/2018
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 4800 Mark Center Drive, Suite 09F09, Arlington, Virginia, 22350-3400, United States
- ZIP Code
- 22350-3400
- Solicitation Number
- HQ0034-18-R-0169
- Archive Date
- 6/22/2018
- Point of Contact
- Tara Murphy, Phone: 7035450675
- E-Mail Address
-
tara.k.murphy.civ@mail.mil
(tara.k.murphy.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought SOURCES SOUGHT NOTICE & REQUEST FOR INFORMATION. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is for planning purposes only and shall not be construed as an obligation on the part of the Government. This is NOT a Request for Quotations or Proposals. No solicitation document exists, and a formal solicitation may or may not be issued by the Government as a result of the responses received to this RFI. The Government will not pay for any response or demonstration expenses. Any information received will become the property of the Government and will not be returned to the submitter. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responses from "all" sources is requested including Other than Small Businesses. Small Businesses, 8(a) small businesses, HUBZone small businesses, Service-Disabled Veteran-Owned Small Businesses, Women-Owned Small Businesses and Economically Disadvantaged Women-owned Small Businesses are encouraged to respond. BACKGROUND Washington Headquarters Services (WHS)/Acquisition Directorate (AD) seeks to implement an automated solution to support a Contract Collaboration Center (C3) utilizing a Software as a Service (SaaS) solution implemented on a FedRAMP cloud-based platform. WHS/AD is seeking a Commercial-Off-The-Shelf (COTS) solution to support: 1.Electronic contract file collaboration between contracting and customer personnel 2.Document management including contract metadata reuse for follow on actions 3.Support any file type as well as be capable of handling large CAD files 4.Contract owner permission management capability - Integrated Products Team (IPT) setup/takedown 5.Specifically tailorable permissions to support Source Selection reviews 6.Configurable & auditable standardized and ad-hoc approval workflow capability 7.Support current contract file structure as prescribed by Policy and applicable checklists 8.Cycle time analytics across full Acquisition lifecycle 9.Individual workload management to division and customer portfolio management 10.Operational reporting, contract data analytics, and contract action forecasting 11.Seamless interface capability with existing Records Management Application (RMA) The AD eBusiness team is overseeing the C3 effort. WHS/AD supports all Offices of the Secretary of Defense (OSD) located within the National Capital Region and around the world. WHS/AD consists of approximately 150 contracting professionals. In addition to AD, there are approximately 200 support personnel who will also use the C3 solution. The total number of personnel fluctuates but the estimated total user population is 350. WHS/AD currently uses online tools to manage and process contract documents throughout the acquisition lifecycle. The use of paper currently is minimized however the tools used to employ a fully electronic are not connected for process efficiency or audit capability. As the Acquisition Directorate embraces remote working trends, disaster preparedness, and targets operational efficiency and audit readiness, the tools employed to support contracting operations must evolve accordingly. The purpose of this RFI is to: 1.Gather information about what systems are currently commercially available in the marketplace that will support the C3 requirements. 2.Gather estimated costs and pricing information associated with the system, support and licenses. 3.Obtain information to determine what, if any, solutions have already been implemented within the Department of Defense (DoD) network and have active Authority To Operate (ATO) certificates in place. RESPONSE We are requesting industry to provide information in providing software solutions and Technical Capability to this RFI addressing each of the sections as outlined below: I.Available Software solutions. 1.Brief description of the software solution. Include: a.Name and version of the software solution. b.General description of the solution. Graphic representations appreciated. c.Does your software have existing FAR and/or DFARS aligned features? d.Identify what FedRAMP cloud solutions are available deployment options. Additionally, if you offer your own FedRAMP data center solution, do you have any DoD customers using currently your cloud solution? If YES, please provide: i.Organization Name ii.Current point of contact (POC) name and contact information iii.ATO information iv.Please also provide this same information for any non-DoD implementation. e.For non-cloud based implementations, is your DoD Agency solution currently on the DoD network? If YES, please provide: i.Organization Name ii.Current POC name and contact information iii.ATO information iv.Please also provide this same information for any non-DoD implementation. f.Is the solution entirely COTS or is custom code required? Is open source used? g.Does your implementation approach follow the Agile methodology? h.Describe how standard and ad-hoc/dynamic workflows supported. i.Describe how permissions are managed. Can permissions be managed by front end users? (Contract Specialist/Contracting Officer management of IPT and Source Selection members) j.Describe audit tracking capabilities at workflow and user action levels. k.Describe how the software supports cycle time capture across the lifecycle. l.Describe view, reporting and predictive analytics capabilities of the software. m.Can the solution leverage contract metadata supplied from external system? n.Does the solution support end user authentication using PIV/CAC cards?| o.Can the SaaS solution interface with non-cloud applications existing on the DoD network? Seamless integration with our existing RMA is mandatory. The current RMA is implemented on the Hewlett Packard Enterprise Records Management (HPERM) platform. p.Name of any government agencies currently using the software/application i.Brief description of how it is used. ii.Describe the solution configuration - app and cloud levels if applicable iii.List of actual interfaces implemented in existing solutions iv.Number of users (concurrent user capacity) v.Volume of transactions or files supported II.System cost 1.Provide pricing and estimated cost information for software as a service, user licenses, Support Desk services, and, if applicable same information for cloud services provided. 2.Provide pricing and estimated cost information associated with services for tasks such as system configuration, testing, end user training, Operations and Maintenance. III. Administrative Response Parameters: Responses must specifically describe the contractor's capabilities to meet the requirements outlined in the RFI. Brevity is greatly appreciated. Additional pages may be used for questions that should be considered by the Government as part of the RFI. Hard copy or facsimile submissions will not be accepted. Please submit your information via email to tara.k.murphy.civ@mail.mil by COB June 7, 2018. The subject of the email must be titled "Sources Sought: Contract Collaboration Center (C3) Solution." Company Information: Responses shall include a company summary, to include, but not limited to, company point of contact information (i.e. company name, point of contact, address, phone number, and e-mail), DUNS number, business size, and socioeconomic category, applicable North American Industry Classification (NAICS), and primary line of business. Further Clarifications: The group reviewing the responses may seek further clarification from respondents. This clarification may be requested in the form of brief verbal communication by telephone, written communication, or electronic communication. In addition, RFI respondents may be invited to present their response to the reviewing group. The purpose of this presentation would be to seek clarification of information contained within the response. Information Protection: It is not the intent of WHS/AD to publicly disclose vendor proprietary information obtained during this market research effort. To the full extent that it is protected pursuant to the Freedom of Information Act (FOIA) and other laws and regulations, information identified by a respondent as "Proprietary or Confidential" will be kept confidential. This RFI is for planning and information purposes only and is NOT to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-18-R-0169/listing.html)
- Place of Performance
- Address: 4800 Mark Center Drive, Alexandria, Virginia, 22311, United States
- Zip Code: 22311
- Zip Code: 22311
- Record
- SN04925393-W 20180518/180516231305-1b84b5f480d1342e31c22316c31bacf8 (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 |