SPECIAL NOTICE
70 -- GCERC Records Management Solution RFI - RFI-GCC-19-002
- Notice Date
- 11/5/2018
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Treasury, Bureau of Fiscal Service, Bureau of the Fiscal Service, Avery 5F, 200 Third Street, Parkersburg, West Virginia, 26106-5312, United States
- ZIP Code
- 26106-5312
- Solicitation Number
- RFI-GCC-19-002
- Archive Date
- 12/18/2018
- Point of Contact
- Purchasing,
- E-Mail Address
-
purchasing@fiscal.treas.gov
(purchasing@fiscal.treas.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFI Document REQUEST FOR INFORMATION (RFI) RFI-GCC-19-002 GULF COAST ECOSYSTEM RESTORATION COUNCIL (GCERC) RECORDS MANAGEMENT SOLUTION Under the authority of FAR 10, the Department of the Treasury, Fiscal Service, Division of Procurement, on behalf of GCERC, is conducting market research on qualified vendors that can provide a complete Records Management Solution. Information being sought under this endeavor is solely for market research and acquisition planning purposes. No pricing information is being requested. The objective of this RFI is to outline GCERC's requirement for Records Management Support to meet National Archives and Records Administration (NARA) requirements. GCERC is looking for a vendor to provide a complete Records Management Solution, which develops record disposition schedules, complete a record inventory, and implements and maintains the record management system for GCERC records. GCERC needs a compliant end-to-end records management system that is: • Scaled appropriately for its size, • Integrated into the staff's day-to-day work patterns • Provides value to the organization beyond records compliance STAGE 1 - Documentation Development Primary Task 1 - Create GCERC Records Management Documentation that meets NARA requirements and is kept up to date with NARA standards. These documents shall be provided to GCERC in an electronic Microsoft Word compatible format. a. Create GCERC Records Management schedules and submit them to NARA for approval. These schedules will cover all current GCERC business processes and known future business processes. b. Develop required GCERC Records management documentation as defined by Federal requirements. c. Develop GCERC Staff Training documents that will teach staff how to perform records management. This should include daily standard operating procedures that Staff can use in their record management responsibilities. Primary Deliverable 1 - Provide NARA approved Records Management Schedules, Provide GCERC Records Management documents that meet Federal Requirements, and provide Staff Training documents approved by the GCERC Records Manager. These documents shall be provided 2 months after contract award date. STAGE 2 - Inventory Primary Task 1 - Using NARA approved records schedules, the contractor shall review various GCERC document repositories and categorize documents according to records schedules a. Review all GCERC documents and determine if the document is a record b. Sort and Categorize all GCERC records according to approved record schedules, this includes tagging records with correct metadata fields. Primary Deliverable 1 - Provide an inventory list of all GCERC Records sorted by GCERC records schedules. In addition the records shall be placed, sorted, and stored within a GCERC repository. Deliverable shall be completed within 6 months of contract award. STAGE 3 - Develop and Provide a technical solution that will function as GCERC's Official Records Electronic Repository Primary Task 1 - Develop a record management system and repository (hereinafter referred to as the "records management system") that meets NARA requirements. a. Records management system is required to meet Federal FISMA standards b. Records management system will provide automated records retention c. Records management system will provide plug-in functions to GCERC current systems (GSuite) i. This is to facilitate moving records automatically to the records management system. ii. It should be noted that GCERC uses the GSuite Federal. d. Develop Training and documentation for GCERC staff on how to operate the records management system. Primary Deliverable 1 - Provide an acceptable records management system that meets all GCERC requirements along with documentation and Training on the system for GCERC staff..This deliverable is expected to be completed within 9 months of contract award date. STAGE 4 - Maintenance of GCERC Records Management Program Primary Task 1 - Maintain the GCERC Records Management Program a. Migrate GCERC records to new records management system b. Provide staff training on the records management process as needed or in accordance with Federal Mandates (Yearly cycle) along with quarterly reminders to staff. c. Maintain the records management system as required; patches, updates, and upgrades d. Provide help desk support during normal business hours for records management for staff, assist in identifying and correctly filing records, and troubleshooting the records management system. e. Provide "spot-checks" on a monthly basis to ensure records are being maintained and classified appropriately to GCERC policy. Primary Deliverable 1 - Provide monthly status updates to GCERC Records Manager and provide training sessions and materials as required by the above schedule. The following information is requested: 1. Are you capable of providing for the work as described in the statement of objectives? 2. Are there any areas in the statement of objectives that are confusing or need additional clarifications? 3. Please provide a summary of your understanding of this requirement and how you would approach it. Please specify any unique items/products/processes that you believe may meet the Government's needs in as much detail as possible. 4. Capability Statements are also welcome. In addition to the technical information outlined above, respondents shall also provide the following: 1) The name and location of your company, contact information, and identify the company as one or more of the followings: a) small business; b) 8(a) business; c) HUBZone small business; d) small disadvantaged business; e) woman-owned small business; f) veteran-owned small business; g) service-disabled veteran-owned small business, or h) large business. 2) Provide examples of engagements that have the same or similar requirements to those stated above. In addition to the examples, please provide a customer technical contact and current contact information who could answer questions regarding the engagement. 3) Whether your company has a current vehicle (e.g., GSA schedule, GWAC) that may be used to obtain the goods and/or services you describe in responses to item number 2 above. 4) The DUNs number shall be provided. The offeror assumes full responsibility for ensuring all electronic materials and attachments submitted are formatted in accordance with Fiscal Service's security requirements. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered:.bat,.cmd,.com,.exe,.pif,.rar,.scr,.vbs,.hta,.cpl, html, mhtml, and.zip files The Government does not allow 3rd party messaging systems/secure mail. Microsoft Office non-macro enabled compatible documents and PDF documents are acceptable. If the Offeror determines that other formats are necessary, it is the Offeror's responsibility to verify with Fiscal Service that those formats are acceptable. Proposal materials with unacceptable or unreadable formats may be found non-responsive. Responses to this RFI shall be sent to purchasing@fiscal.treasury.gov no later than 2:00PM (ET) on Monday, December 3, 2018 and shall include "RFI-GCC-19-002 - Attn: "JS/MC" in the subject line. These activities do not imply an obligation on the part of the Government to purchase products and/or services, nor to proceed to any request for proposal/quote (solicitation) for such products and/or services. Further, the activities do not obligate the Government to ultimately employ any particular acquisition strategy. The Government will not be liable for any costs incurred by participants in submitting information and/or attending any subsequent in-person sessions. Submissions of information and/or participation in the sessions confer no rights upon vendors/participants. NO SOLICITATION IS AVAILABLE. A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Notice. Telephone responses to, or inquiries about, this Notice will NOT be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BPD/DP/RFI-GCC-19-002 /listing.html)
- Place of Performance
- Address: New Orleans, Louisiana, 70130, United States
- Zip Code: 70130
- Zip Code: 70130
- Record
- SN05143612-W 20181107/181105230714-89ec9827aaca54bd153813a6467c14a8 (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 |