Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2022 SAM #7422
SOURCES SOUGHT

D -- RFI - National FOIA Portal (NFP)

Notice Date
3/25/2022 9:52:17 AM
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
JMD-PROCUREMENT SERVICES STAFF WASHINGTON DC 20530 USA
 
ZIP Code
20530
 
Solicitation Number
PSSJMD220325
 
Response Due
4/8/2022 11:00:00 AM
 
Archive Date
07/30/2022
 
Point of Contact
Sakura Higa, Benjamin Schwarten
 
E-Mail Address
sakura.higa@usdoj.gov, benjamin.l.schwarten@usdoj.gov
(sakura.higa@usdoj.gov, benjamin.l.schwarten@usdoj.gov)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. This RFI�s specific purpose is to obtain market information on viable sources, industry best practices, innovative technical approaches/solutions, potential costs and answers to specific questions. Interested parties are advised that the government will NOT pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expenses. Not responding to this RFI does not preclude participation in any future solicitation, if issued. It is the responsibility of the interested parties to keep up to date on information pertaining to this requirement. The information provided in this RFI is subject to change and is not binding on the government. No commitment is being made to procure any of the services discussed, and release of this RFI should not be construed as a commitment or authorization to incur cost for which reimbursement would be required or sought. The Government is not required to respond to any questions submitted in response to this RFI. If the Government chooses to respond to any questions, the questions and answers will be posted to www.sam.gov after 08 April 2022, the due date for responses to this RFI. All submissions will become the property of the Government and will not be returned. Proprietary information, if any, must be clearly marked on all material(s) submitted. All information received marked Proprietary will be handled in accordance with 41 USC 2101- 2107. Purpose:� The Department of Justice�s (DOJ) Justice Management Division�s (JMD) and Office of Information Policy (OIP) are seeking vendor approaches to implement a guided workflow or wizard assisting the public in using the National FOIA Portal (NFP) in its current design and platform, Drupal 9. The NFP is found at FOIA.gov. Background:� Since its launch in 2011, FOIA.gov has served as a central resource for educating the public on the Freedom of Information Act (FOIA) by providing agency Annual FOIA Report data and instructions on how to make a FOIA request or find records online. FOIA.gov is now home to the National FOIA Portal (NFP), which allows the public to submit a request to any agency directly from the site. However, with over 100 agencies and over 400 components, members of the public often don�t know to which agency or component they should submit their request. To this end, DOJ would like to provide the public with a guided user experience to assist the public in navigating the NFP, particularly to find the right agency or component for their request. In addition to facilitating FOIA request submission, FOIA.gov also hosts basic information and FAQs about the FOIA, Annual and Quarterly Report data, agencies� FOIA contact information, and links to agencies� FOIA Libraries, regulations, and reference guides. The guided user experience should also direct users to these other portions of the site, depending on the user�s desired goal. Scope/Requirements:��The scope of this requirement covers all development and support to deliver this functionality.� It includes requirements definition, design, configuration, testing, and deployment activities to support this scope. � In the existing website design, the vendor will develop a guided user experience, or web wizard, to help NFP visitors access the information necessary to accomplish their goal on the site. Most users will want to determine to which agency they should submit their FOIA request, what information is required to submit a request, and how best to describe the records they are seeking. To that end we are looking for ways to ensure a user�s request reasonably describes records sought, so that the receiving agency knows what the requester is asking for and where to look. However, the wizard should also direct users to other information on FOIA.gov that would meet their needs, such as finding basic information about the FOIA, agencies� FOIA contact information or regulations, FOIA data, or records that may already be available online. The goal is to minimize misdirected, improper, or unnecessary FOIA requests and save time for both requesters and agencies. The vendor will determine what questions the public have that the National FOIA Portal does not address. An effective user guide will prompt the visitor to determine: What they came to the site to accomplish; What kind of information they are looking for; Is this information publicly available without the need for a FOIA request; What else they might consider before submitting a FOIA request; If a FOIA request is required, take requester to correct agency/component page on FOIA.gov to submit their request; How to word their request to avoid confusion and ensure any required information is provided (certification of identity, etc.); and, Manage expectations about processing times and explain next steps. The user guide will take visitors through this process step-by-step, using plain language and satisfying WCAG 2.0 AA accessibility requirements and will be built upon Drupal 9.� A reference similar to what we�re describing can be found at https://civilrights.justice.gov/. Response Guidelines:� Information provided in response to this RFI must be submitted in accordance with the following instructions: portable document format (PDF) or Microsoft Word No more than 15 pages in length, including a two page Capability Statement. Calibri 12-point-font size, 8� x 11-inch pages Responses are due by 08 April 2022 at 14:00 PM EST. Responses shall be submitted via email to the POCs identifed in this announcment. Emails cannot exceed 10mb Subject line of the Email shall include this Sources Sought Notice Number PSSJMD220325 - Firm Name. If your response contains proprietary information, place notice of Proprietary Information after the Sources Sought Notice Number. No marketing materials are allowed as part of this Sources Sought Notice. It is the respondent�s responsibility to verify that the Department received and can view the email. Response Content:��Contractor response shall include at minimum: Company/Organization Information:� Includes Company Name, Mailing Address, website address (if available), Unique Entity Identification (DUNS/SAM), Business Size and Company POC (name, title, telephone number and email address for individual having authority and knowledge to clarify responses with Government representatives). Previous Contracts:� Provide a list of previous contracts where similar services were provided. Provide customer/Government Agency contact information where these services were provided including: contact name and organization, telephone number, and email address of an individual that can verify demonstrated capabilities identified in responses.� Contract number, Period of Performance, Dollar amount, and Description of services provided. Contract Vehicles:� Are your services available on the GSA IT70 or on a GWAC? Please provide the specific GSA Schedule/Contract number or other identifier for any contract vehicles on which your product/solution is available.� Include the expiration date of your contract and any associated SIN, PSC or NAICS category assigned.� If any of the services listed are not on your GSA FSS/Contract, indicate which items are open market. Project Approach:� Describe your technical approach on how you would meet the requirements.� Due to the scope of the project, what are the phases and major milestones to accomplish the desired end state. Proposed Staffing and Budget:� The Department envisions that this would be a project that would require a cross-functional team of product designers, user experience designers, and developers to prototype, implement, and test over time.� Please provide a rough order of magnitude for estimating purposes and proposed labor categories to deliver the solution. Line Item Structure:� Provide how your company invoices for services in the commercial marketplace. Special Interest in Obtaining capability statements from Business Size/Types: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), Hub Zone Small Business, Women Owned Small Business (WOSB). The selected NAICS Code 518210, Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services, Size Standard of $35 Million. All prospective Contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete annual Representations and Certifications in SAM prior to any offer.� SAM is located at http://www.sam.gov and consolidates the capabilities of CCR/FedReg, ORCA, and EPLS.� There is no cost to use SAM. Determination by the Government not to compete this proposed contract action based on responses to this notice is solely within the discretion of the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1fcd5e1c5754443f894d65da2e116de8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06280061-F 20220327/220326171931 (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 |
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.