SOURCES SOUGHT
D -- Adaptive CASE Management Platform Solution - PWS and Salient Characteristics
- Notice Date
- 10/29/2018
- Notice Type
- Sources Sought
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Department of Housing and Urban Development, OCPO, Office of Support Operations, Office of Support Operations, NO, 451 7th Street S.W., Washington, District of Columbia, 20410, United States
- ZIP Code
- 20410
- Solicitation Number
- 86543D19Q00004
- Archive Date
- 11/20/2018
- Point of Contact
- Carmen L. Calloway, Phone: 202-402-3872
- E-Mail Address
-
carmen.l.calloway@hud.gov
(carmen.l.calloway@hud.gov)
- Small Business Set-Aside
- N/A
- Description
- PWS and Salient Characteristics SOURCES SOUGHT THIS IS A SOURCES SOUGHT NOTICE ONLY REFERENCE #: 86543D19Q00004 This is not a request for offers, quotes or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a market research tool only to determine the capability of potential sources. The Department of Housing and Urban Development (HUD) is contemplating establishing a contract under NAICS Code(s) 518210, and the Small Business Standard is $32.5 million, PSC Code D318, for a commercially available Adaptive CASE Management Platform Solution with at least one commercially provided CASE Management Application and is issuing this Request for Information (RFI) to solicit responses from capable sources and capability statements to ensure sufficient competition exists to meet the government's requirements. Teaming arrangements and joint ventures will be considered for any subsequent procurement based on the Government's market research. Please review the Performance Work Statement (PWS) and Salient characteristics and provide your feedback or questions to Ms. Carmen Calloway at carmen.l.calloway@hud.gov. BACKGROUND The Department of Housing and Urban Development (HUD, Office of the Chief Information Officer (OCIO), is responsible for providing Project Management support for the maintenance and development of automated systems in support of the Department's programs and services. This includes, but is not limited to, managing automated data processing (ADP) systems and providing the full range of HUD's Software Development Life Cycle (SDLC) and maintenance services. These services include analysis, design, programming, configuration management, testing, documentation, implementation, end user training, and providing day to day support for steady state/system operations. The OCIO is also tasked with the monitoring of contractual efforts related to the systems within its portfolio. The OCIO follows the Project Management Body of Knowledge (PMBOK) principles and processes in the management of its project portfolio. HUD has utilized the AINS commercial off-the-shelf (COTS) product suite eCase and the eCase dynamic case management platform to support HUD's applications. GENERAL DESCRIPTION OF WORK See the attached Draft Performance Work Statement and Salient Characteristics CONTEMPLATED PLACE OF PERFORMANCE Contractor's Site RESPONSE REQUESTED Small Businesses are encouraged to respond. This synopsis is a market research tool being used to determine the availability and capability of potential sources prior to determining the method of acquisition and whether the government will proceed with this acquisition. The Government will not pay for any information solicited. If a contract is ultimately pursued, responses to this synopsis will be used to aid in determining whether the acquisition is set-aside for small business or in establishing small business subcontracting goals. All qualified firms are encouraged to respond. Please note if any of the requested services are approved on you GSA Schedules or GWAC contracts and provide your contract numbers as well. The capability statement shall address, at a minimum, the following for the past three years: 1. Name and address of company and or companies (if there is a teaming arrangement or joint venture); 2. Technical expertise relevant to the requirement; 3. Technical approach relevant of the requirement (1 to 2 paragraphs); 4. Management approach relevant to the requirement (1 to 2 paragraph); 5. Corporate experience relevant to the requirement (1 to 2 paragraph); 6. Indicate if you are a small business or any other socio-economic categories that apply to your firm under the designated NAICS code; 7. Whether you have had unequal access to any information relevant to the acquisition that could provide an unfair competitive advantage; 8. Relevant past performance. Your capability statement needs to include a list of three customers (Government/non-Government) within the past three (3) years highlighting similar work in nature, scope, complexity, and difficulty and a brief description of the scope of work. Your submission for relevant past performance must include for each customer: • Contract name; • Contracting Agency or Department, POC and contact information; • Yearly contract value (in $); • Whether your firm was the prime or a subcontractor; • Period of performance; • Description of work and how it relates to the requirements. Interested firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above. The capability statement shall be in enough detail, but not exceed 8 pages TOTAL, so that the Government can determine the experience and capability of your firm to provide the requirements above. Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses in case clarifications of your submission are needed. Only electronic copies of capability statements will be accepted and should be emailed to: carmen.l.calloway@hud.gov. The e-mail shall contain the following subject line: Response to Sources Sought Notice - Adaptive Case Management Suite (ACMS) on eCase Platform or Equivalent: 86543D19Q00004 requirement. The Government may use the responses received to determine whether to proceed with the acquisition as a set-aside, or in the absence of a least two small business responses to this notice, may determine to proceed with a full and open competition. This decision and whether to proceed with the acquisition is at the sole discretion of the Government. All interested contractors should submit their capability statements by 2:00 PM EST on November 5, 2018, attention POC Carmen Calloway. Late responses will not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NO/NO/86543D19Q00004/listing.html)
- Place of Performance
- Address: Contractor's Site, United States
- Record
- SN05137036-W 20181031/181029230545-668abf6f652bb3a3a4ef43c29c3ea7c2 (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 |