SOURCES SOUGHT
R -- OIG PUBLIC WEBSITE
- Notice Date
- 10/13/2020 6:22:45 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- 693JK4 OST WASHINGTON DC 20590 USA
- ZIP Code
- 20590
- Solicitation Number
- 693JK42020200728
- Response Due
- 8/12/2020 7:00:00 AM
- Archive Date
- 08/27/2020
- Point of Contact
- Sheronda Jones, Phone: 2023660655
- E-Mail Address
-
sheronda.jones@dot.gov
(sheronda.jones@dot.gov)
- Description
- *****This notice is issued to inform of the Government's decision to issue the OIG Public Website's solicitation under GSA eBuy, MAS, SIN 54151S. The Government declines to address any further questions.***** This is a sencond notification of change. Please be informed that only electronic RFI submissions will be accepted. Submit responses to Sheronda.Jones@dot.gov.� A revised RFI document has been attched with the changes in red font .� This notification provides corrections to page numbers and numberings corrected in red font in the revised attachment. Action Code: R Classification Code: R499 Other Professional Services Solicitation: N/A Agency/Office: Office of the Secretary (OST) NAICS Code: 541990 All Other Professional, Scientific and Technical Services $821 K. Point of Contract:� Sheronda Jones, Contracting Officer, ph (202) 366-0655 Title: OIG Public Website � � Description(s): The Office of the Secretary (OST) is issuing this Sources Sought Notice to identify potential qualified sources, including, but not limited to Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Certified SDB, HUBZone SB, SDVOSB, or WOSB concerns that may be interested in and capable of performing the work described herein to provide technical support services and project management services in support of the Department of Transportation, Office of the Inspector General (DOT OIG) public web site, includes: system and project planning, estimating, executing, implementation and ongoing IT support. OST welcomes all qualified sources with the appropriate NAICS Code and past experience to submit their Corporate Capability Statements that demonstrate their ability to successfully accomplish the goals of the proposed project as listed below.� In addition to soliciting on the open market, the government may decide to later limit its competition to those qualified GSA 00CORP Professional Services Schedule (PSS) Schedule holding contractors. OST does not intend to award a contract on the basis of responses to this notice or otherwise pay for the preparation of any information submitted. Acknowledgement of receipt of responses will not be made; and no formal evaluation of the information received will be conducted by OST. OST may; however later on issue a Request for Proposals (RFP). However, should such a requirement fail to materialize, no basis for claims against OST shall arise as a result of a response to this notice. Contract Type:� Firm Fixed Price � BACKGROUND The Office of Inspector General works within the Department of Transportation to promote efficiency and effectiveness, and prevent and detect waste, fraud and abuse in departmental programs. This is done through audits and investigations. DOT OIG also consults with the Congress about programs in progress and proposed new laws and regulations. In 2009, DOT OIG updated the look and feel of its existing public web site with the goal of enhancing overall user experience through improved design, navigation and functionality. The current OIG public web site infrastructure consists of a primary (www.oig.dot.gov) and backup (www2.oig.dot.gov) web server. Both servers run Ubuntu as the operating system and Apache as the web application server. The web site uses Drupal as the content management system. Identified as the �Introduction,� this section provides information needed to acquaint the reader with the basic acquisition situation. The background information may: Identify the requirement in very general terms; Describe why the project is being pursued and how it relates to other projects; Summarize any statutory authority or regulations affecting the overall requirement; and Identify any background materials attached to the SOW. � OBJECTIVE The current OIG public web site infrastructure consists of a primary (www.oig.dot.gov) and backup (www2.oig.dot.gov) web server. DOT OIG is seeking technical support services and project management services in support of the DOT OIG public web site. This includes system and project planning, estimating, executing, implementation and ongoing IT support. The objective of this effort is to continue technical services in support of the OIG public web site. The tasks will consist of operations and maintenance support of the OIG website, as well as site enhancement and modernization support. The object is to track all these changes by updating documentation, assigning tasks to the proper personnel, conduct periodic audits, provide simplified disaster recovery, system administration, system engineering, and system patching. The key objective is to ensure that the OIG public web site continues to operate on 5-9 (99.999%) reliability, and that adequate software facilities and solutions allow OIG staff to continually support all web server functionalities with a minimal amount of effort. SCOPE OF WORK The Department of Transportation, Office of Inspector General (DOT OIG) will need technical support for system enhancement, maintenance, and expansion support of the public internet site (www.oig.dot.gov) of Office of Inspector General, for up to a five-year period. Technical Support Services � to include, but not limited to: � Application development, system maintenance, and system/application support��� Database maintenance and support Website enhancements, maintenance, and support�� System administration System modernization Security patching Requirements analysis Documentation Training User assistance on Bug tracking Knowledge transfer� � SPECIFIC TASK� � TECHNICAL SUPPORT FOR SYSTEM ENHANCEMENT, MAINTENANCE, AND EXPANSION SUPPORT � The Contractor shall provide technical support for system enhancement, maintenance, and expansion support as specified in the Scope. The Contractor shall provide all administrative financial and managerial resources necessary for the support of this task order.� The Contractor shall designate a single point of contact (POC) as the Project Manager (PM) for Government use in communicating issues, concerns, or problems relating to this task order.� This person shall have the authority to commit the Contractor's resources and make decisions for the Contractor's organization in response to Government issues, concerns or problems. This person shall be readily available to respond to DOT OIG questions, concerns, and comments, as well as be proactive in alerting the Government to potential contractual issues. Although Government staff may coordinate with other Contractor staff, this POC shall serve as the single Contractor representative responsible for resolving all issues, concerns, and problems related to all tasks on this task order. The Contractor shall designate a Task Lead, as a POC with whom the DOT OIG Project Manager can discuss any problems, issues, concerns, resolutions, or plans for his/her task area. The Contractor Task Lead shall have the requisite skills, knowledge, responsibility, and authority to satisfactorily respond to and resolve issues directly with the DOT OIG Project Manager. The DOT OIG Project Manager expects the Contractor to be proactive in alerting the Government to potential contractual and performance concerns or issues. Management and other status reports should not be used as the only means of notifying DOT OIG of a problem, concern, issue, or plan that has not already been brought to the attention of a DOT OIG Project Manager. As part of this effort, the Contractor shall perform the subtasks listed below. The Contractor shall provide the technical support services necessary to perform the following types of tasks including but not limited to: SUBTASK 1 � APPLICATION DEVELOPMENT, MAINTENANCE, AND SUPPORT � Contractor shall provide services for: staging website environment to develop and test updates and content before moving to the production website; Support a backup and recovery environment and assist with the procedures to include failover web site environment, local data backups, and remote data backups; etc. SUBTASK 2 � DATABASE MAINTENANCE AND SUPPORT Contractor will perform database performance tuning; maintain database integrity and functionality; export data for DOT OIG as requested; etc. SUBTASK 3 � WEBSITE ENHANCEMENTS, MAINTENANCE, AND SUPPORT � Contractor shall provide support to enhance the functionality of the existing public website, and add optional web 2.0 functionalities for future implementation; maintaining the public website in compliance with government policies which includes 508 compliance, necessary customizations, and required linkages. � SUBTASK 4 � SYSTEM ADMINISTRATION Contractor will perform updates to the production and staging servers with system and software patches and updates; monitor system performance; maintain security compliance, etc. Contractor will take proactive measures and remediation expectations deliverables:� Run weekly security quick scans against DOT OIG and provide outcome of the scan. If remediation steps are required, the Contractor will provide DOT OIG with remediation steps and a comparison security scan identifying the vulnerability has been resolved. Run monthly security full scans against DOT OIG and provide outcome of the scan. If remediation steps are required, the Contractor will provide DOT OIG with remediation steps and a comparison security scan identifying the vulnerability has been resolved. The Contractor will respond to and begin action on critical vulnerabilities within 24 hours of identification with an expectation that remediation will be completed within 48 - 72 hours. The Contractor will respond to and begin action on high vulnerabilities within 24 hours of identification with an expectation that remediation will be completed within 48 - 72 hours. The Contractor will respond to and begin action on medium vulnerabilities within two business days of identification with an expectation that remediation will be completed within two business weeks. The Contractor will respond to and begin action on low vulnerabilities within one business week of identification with an expectation that remediation will be completed within one month. The Contractor will perform Drupal updates and patches within the second week of every month a. If a critical security patch is released, The Contractor will respond to and begin action within 24 hours of identification with an expectation that remediation will be completed within 48 - 72 hours. SUBTASK 5 � REQUIREMENTS ANALYSIS The Contractor shall provide a broad range of technical and functional analysis, such as conducting research to identify opportunities involving the use of emerging technologies. SUBTASK 6 -� DOCUMENTATION � The Contractor shall create and maintain system and user documentation for the DOT OIG production, staging, and failover web sites. SUBTASK 7 -� TRAINING The Contractor shall provide separate training to four (4) OIG employees on the configuration and ongoing maintenance of the web server hardware and software. In addition, the Contractor shall provide training to four (4) OIG employees on content administration, including the adding, revising, and deleting of content on the web server. SUBTASK 8 -� USER ASSISTANCE The Contractor shall monitor and respond to web site user assistance inquiries and request via e�-mail. SUBTASK 9 - BUG TRACKING The Contractor shall maintain issue/bug tracking system for the DOT OIG web site; responds to reported bugs to facilitate disposition of reported bug/issue.� SUBTASK 10 � KNOWLEDGE TRANSFER � The Contractor shall setup and maintain knowledge capture wiki to store DOT OIG web site related information to facilitate the transfer of knowledge between web site support team.� � SUBTASK 12� DEVELOPMENT SUPPORT � The Contractor will provide technical support to DOT OIG staff during the deployment of the new website. This deployment will occur over a weekend, to minimize the impact to users. The Contractor will assist with testing of the deployed applications and other technical troubleshooting as needed during the deployment. OPTIONAL TASK � TECHNICAL SUPPORT FOR ADDITIONAL SYSEM ENHANCEMENTS, MAINTNANCE, AND APPLICATION SUPPORT � The Contractor shall provide the technical support services necessary to perform the following types of tasks including to be determined at the time of requirement: Migration of System to the Cloud Major Cyber Security Configuration Changes Major Application Upgrades Major Operating System Upgrades Major Website Functionality Changes Major Development and Testing Major Projects to Support Modernization Major Disaster Recovery Changes Documentation of Changes, Projects, and Upgrades Knowledge Transfer � Capability Statements Keeping OIG�s support requirements in mind, outline how your firm would support the tasks. Sources are requested to submit a capability statement that addresses their ability to deliver the required products and/or services. The capability statement should clearly identify the following items regarding the interested organization(s): (1) name and address of prospective organization; (2) technical capabilities to perform the work; (3) relevant experience and credentials; (4) synopsis of experience and expertise of potential staff; and (5) relevant projects completed related to the anticipated objectives of the contract with information on the client, scope, and products. Page Limit and Format The capability statement shall be no more than 20 pages in length, single?spaced, with font sized 12 or larger. The document shall be in Adobe Acrobat or Microsoft Word format. Do NOT submit marketing material. Do NOT submit resumes. Questionnaire OIG has created a questionnaire that will allow the opportunity for sources to provide an at?a? glance view of their expertise to meet the anticipated OIG requirements. Sources should complete this questionnaire as completely as possible. This does not count against the 10-page requirement for the Capability Statement. ������������������ Office on Inspector General Market Research � OIG Public Website � Please complete the following questionnaire. Identify all applicable classifications for your organization such as: A small business? A small disadvantage business? A women-owned business? A HubZone business? An 8 (a) business? Service Disabled Veteran-Owned Small Business? A large business? A non-profit? Other? Specify 6.�� Is your firm on the GSA Schedule? If so, provide your SIN# _____________________and Schedule # �_____________________������������������������������ Is your firm registered in System for Award Management (SAM)? ��_____________________����������������� Provide your DUNS number: ______________________ Provide recommended contract type for this requirement: ___________________________ � � Please return the completed form and capability statement no later than August 12, 2020 TO:� Sheronda Jones US DOT OST M-63 1200 New Jersey Ave, SE Washington, DC 20590 � Thank you for participating in OST/OIG�s market research.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e7bd4cb91c1d412cb94d98018c5676f8/view)
- Record
- SN05826395-F 20201015/201013230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |