SOURCES SOUGHT
R -- Office of Chief Information Officer (OCIO) � Chief Data Officer (CDO) Support Services (OCIO-CDOSS)
- Notice Date
- 5/10/2022 8:08:32 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- INFORMATION TECHNOLOGY DIVISION WASHINGTON DC 20024 USA
- ZIP Code
- 20024
- Solicitation Number
- OCIOCDOSS05102022
- Response Due
- 5/19/2022 6:00:00 AM
- Point of Contact
- Jason Zheng, Michelle Brooks, Phone: 2027316925
- E-Mail Address
-
Jason.Zheng@ice.dhs.gov, Michelle.Brooks@ice.dhs.gov
(Jason.Zheng@ice.dhs.gov, Michelle.Brooks@ice.dhs.gov)
- Description
- REQUEST FOR INFORMATION (RFI) Office of Chief Information Officer (OCIO) � Chief Data Officer (CDO) Support Services (OCIO-CDOSS) May 10, 2022 A. BACKGROUND/PROGRAM DESCRIPTION The United States Immigration and Customs Enforcement (ICE) is the largest investigative branch of the Department of Homeland Security (DHS). ICE Data is a critical asset, and when done right, is critical in accomplishing the ICE mission. The ICE, Office of the Chief Information Officer (OCIO), Chief Data Officer (CDO) Office is continuing the process of transforming ICE into a Data Driven Organization and wants to acquire resources to deliver support services to help continue and enhance CDO capabilities and services to support ICE�s 9,500-person global workforce. This procurement is for professional services and project management support services used to advance enterprise data and information management for ICE while overseeing the management, sharing, protection, access, and transparency of ICE Data and ensure the information ICE maintains meets all legal and policy requirements. The Office strives to ensure the integrity of the agency's records and data, transparency of records in accordance with the law, and the security and standards of how data and records or managed.� The CDO organization includes Records and Information Management, Data Management, Information Governance, Reporting and Analytics, and Program Management functions. The scope of this requirement includes highly professional, technically proficient, and relevant, subject-matter expertise in the areas of Front Office Support, Records/Information/Data Governance, Records/Information/Data Management, Data Science and Data Analytics, and potentially Visualization User Interface/User Experience (UI/UX) support services. The incumbent contract for the services contemplated in this RFI is summarized below: Order Number:�HSCEMS-17-F-00061 Contractor: Deloitte Consulting LLP Title: Professional and Project Management Support Services B.� PURPOSE OF REQUEST FOR INFORMATION THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued IAW FAR 15.201(c)(7) and is solely for market research, planning and information purposes only and is not to be construed as a commitment by the Government to issue a subsequent solicitation (Request for Proposal, etc.). This RFI does not commit the Government to contract for any supply or service. ICE is not seeking proposals at this time. Further, ICE will not accept unsolicited proposals in response to this RFI. Participants in this market research are advised that the U.S. Government will not pay any costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. The purpose of this RFI is to identify sources that can provide all expertise, personnel, management support, and non-personal services necessary to support the CDO as outlined in this RFI, and to receive feedback from industry on procurement strategies. ICE may use the responses to this RFI in developing a procurement strategy. Responses to this RFI will be used to identify potential sources, vehicles and set asides for specific small business classifications. Therefore, while not responding to this RFI does not directly preclude a vendor from participating in a future solicitation, not responding to this RFI could impact procurement decisions that affect a vendor�s ability to participate in future solicitation(s) as a prime. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Government and will not be returned. Responses to the RFI may be used to develop Government documentation. Responses to this RFI may be reviewed by Government technical experts drawn from staff within DHS/ICE and other Federal agencies. C. DESCRIPTION/SCOPE OF WORK ICE is exploring procurement strategies for support services for CDO and other OCIO offices.� ICE requires a Contractor that will provide highly professional, technically proficient, and relevant, subject-matter expertise in the areas of Front Office, Records and Data Management & Governance support services, Data Analytics and Science support services, and UI/UX support services.� In addition to providing support services as described below, the Contractor shall leverage its expertise to provide senior level, highly skilled consultant advisory services for the holistic benefit of OCIO. Based on current program activities, ICE anticipates acquiring the following tasks: Task 1: Front Office Support The contractor shall provide dedicated ad-hoc support to the Deputy CIO (DCIO) and Front Office to respond to OCIO offsite outcomes and other pertinent needs to achieve OCIO and CDO stated vision, goals, and objectives. Sample activities and tasks may include maintenance and development of marketing materials, leadership briefings, and OCIO offsite actions. Support will also include meeting facilitation support and tracking/execution of outputs identified in OCIO offsites. Task 2: CDO Program Management Office (PMO) Support The contractor shall provide senior level, highly skilled consultant advisory services for the holistic benefit of the CDO office, specifically supporting the tracking and managing the ICE Enterprise IT Data Modernization Roadmap, building on ICE progress to date, while ensuring an executable roadmap to ICE�s future as a data-driven organization. Continue Roadmap maintenance, including capability gap status and tracking, intake of new capability gaps, and manage the Data Management Action Council (DMAC) briefings, through an iterative manner with draft materials delivered throughout development, to ensure objectives are being met.� The DMAC is a group of key ICE stakeholders to take measurable actions toward transforming ICE into a data-driven organization. As part of the ongoing ICE IT Data Modernization (ITDM) effort initiated in 2021, this working group will tackle ICE�s most pressing challenges through data modernization efforts including prioritizing capability gaps, providing actionable recommendations to leadership, and advocating for organizational needs. Inputs to the Roadmap will include the ICE Data Strategy (Fiscal Years 2021-2015), the ICE Data Strategy Implementation Plan, the work of the Data Governance Board, ICE�s data inventory, and Information Sharing and Access Agreements (ISAAs).� The contractor shall provide recommendations for continuous process improvements and additional activities that support successful project management based on industry best standards, particularly focused on IT project improvement opportunities.� Assist the Government on all Branch Taskers received from the Department or Component on an ad hoc basis.� Assist the Branch in responding to any Congressional or Government Accounting Office requests, and Executive briefings, including action items and reporting requirements. And assist the Government in gathering, analyzing, and documenting Branch, project or task information and status; translating and composing information into clear, readable documents, reports or briefings to be used by technical and non-technical personnel.� The contractor shall conduct research to ensure compliance with department policy or standards, use of required templates or procedures, and the correct understanding and usage of technical and Program Management terminology. In addition, the contractor may be requested to maintain a collaboration site for the CDO and DMAC, including tracking schedules, artifacts, and baseball cards. � The contractor shall: Coordinate meetings as required for CDO to include scheduling conference rooms, preparing meeting invites, preparing agendas, minutes, and other read-ahead materials, and acting as POC for distribution of information Provide Analysis and Reporting Support as required Ad-Hoc data analysis support Monthly activity reporting support Resource reporting and analysis support Program Metrics and Reporting Creation and Maintenance of Program or Project dashboards Provide Risk Management Support as required Develop and maintain a Risk Management Plan Develop strategies for implementing and maintaining inventory of risks and risk mitigations Make recommendations for risk escalation and process improvements Coordinate risk reviews and provide independent risk assessments Assistance in maintenance of the inventory of risks, risk artifacts, and historical information Create and maintain schedules as required, to include critical milestones, dependencies and expected delivery dates for the desired capability and report schedule impacts due to changes in individual project schedules Develop and maintain points of contact lists and track meeting minutes Preparation and distribution of correspondence Liaise with stakeholders to obtain feedback, project milestones, or data and record needs. � Maintain current IT Data Modernization Roadmaps, ICE Data Strategy, to articulate and support organization awareness, planning, and strategy Develop forward-leaning, future IT Data Strategies, Roadmaps, Reference Models, Architecture and Frameworks to articulate conceptual plans or policy to define next steps for �as is� and �to be� Track IT Data Modernization roadmap milestones Monitor roadmap progress Determine and review roadmap milestone objectives Report progress of roadmap objectives against established milestones and guidelines Task 3: CDO Automation Support The contractor shall provide the following services in support the automation of CDO processes: Configuring and utilizing data management tools, such as MOBIUS, Collibra Data Governance Center or similar, to support CDO needs Development of complex workflows and associated scripting logic using Business Process Modelling Notation (BPMN) Thought leadership around enhancing CDOs automation of its processes, based on emerging industry practices and technologies Task 4: Support CDO Processes and Entities The contractor shall support ICE with the development, on-going support, of processes and entities. Examples of processes and entities may include, but are not limited to, Data Governance Board (DGB), Data Governance subgroups, Communities of Interest (COI), and Working Groups (WGs). Activities to support ICE in the development and on-going support of the processes and entities may include, but are not limited to: Conceptualization and development of CDO processes Monitoring and execution of CDO processes Websites and repositories Identification and communication with relevant stakeholders Authoring documents, slide decks, and reports. Examples of processes the contactor may support include but not limited to: Information sharing Data Sharing Knowledge Sharing Task 5: Research The contractor shall conduct research to advise and provide guidance to CDO on new technologies, trends, and regulations. To advise CDO, the contractor shall research areas such as: Reports, articles, and white papers on both Government and industry trends and best practices Proposed and enacted regulations and policies from OMB, GSA, DHS, Congress, and other entities GAO reports and audit findings Task 6: Data Inventory Support The contractor shall provide the following services to support ICE with the development, maintenance, and improvement of the ICE Data Inventory: Configuring and managing the content of Data Governance Tools Coordinating data inventory initiatives with DHS to make certain ICE�s data inventory is following the Department guidelines Assessing laws and regulations, such as H.R.4174 - Foundations for Evidence-Based Policymaking Act of 2018, to ensure the ICE Data Inventory is accurately reflecting the law Examples of data inventory improvements the contractor may support include but not limited to: Expansion of data inventory system asset and dataset metadata requirements Workflow and automation advancements API development� Task 7: Interaction with External Organizations At CDO�s discretion, the contractor shall support ICE�s interactions with entities external to CDO. These interactions may occur in, but are not limited to, the form of: Communities of Interests Working Groups Other regularly scheduled or ad-hoc meetings The purpose of such interactions includes, but may not be limited to addressing topics such as: Data Standards Data Privacy Data Comprehension and Discoverability Identification of Authoritative Data Sources Governance of Data Sharing Best Practices/Knowledge Sharing Task 8: Standard Operating Procedures (SOP) Development and Sustainment All repetitive tasks and activities on the contract shall be performed in accordance with written Standard Operating Procedures. The contractor shall be responsible for authoring and keeping SOPs current, as well as providing thought leadership to optimize procedures to maximize quality and efficiency. SOPs are critical to creating �organizational memory� which allows ICE Data Management to be sustained across changes to staffing or contracting company. SOPs shall have the following characteristics: A centralized document or other mechanism that serves as an entry point into all SOPs, so that no SOPs are overlooked SOPs shall be organized by the event that triggers the SOP. Examples include timing (daily, monthly, semi-annual, etc.) or events such as identification of a new software development project. The contractor shall retain Standard Operating Procedures (SOPs) in an ICE Approved knowledge management portal, currently ELMS and/or Confluence. The SOPs will contain the various steps for performing each activity from initiation through completion, including but not limited to: Details on how to perform each step Standard formats for associated documents Quality assurance checks Task 9: Administrative Support The contractor shall support the CDO with various administrative duties, as needed and directed. Such activities may include, but are not limited to: Facilitate Community of Interest meetings, Working Group meetings, stakeholder engagement meetings, and other relevant meetings Draft correspondence for communications, announcements, and responses between the CDO office and other offices. Review and edit documents, presentations, and spreadsheets, as needed, to ensure that materials are accurate, grammatically correct, concise, and relevant. Providing general administrative support, which may include, but is not limited to: Maintenance of rosters, webpages, and repositories Scheduling meetings Compiling information Meeting minutes Task 10: Management The contractor shall be responsible for managing all work performed by contract team members. For the purposes of this contract, management activities are inclusive of but not limited to the following: Collaboration with ICE to identify annual, quarterly and monthly objectives for support of the ICE CDO�s office Definition of tasks and the sequence of tasks to be performed to meet defined objectives. Monitoring and reporting actual progress versus planned objectives, as well as the quality of work products Assuring that all work is performed in accordance with contract SOPs, as well as the ICE and DHS standards referenced in this PWS Preparation of items in the Deliverables and Reports section of this PWS Thought leadership - The contractor shall apply records management, data governance, and project management expertise to the recommend and implement improvements that enhance performance of the ICE CDO�s office and ICE as a whole � Task 11: UI/UX Services The contractor shall provide dedicated ad-hoc support to OCIO Division for UI/UX design, development, and other pertinent needs as they arise. The contractor shall provide UI/UX Support to OCIO to achieve help ensure solutions created are streamlined, user friendly, consistent, and cohesive to improve the usability, and reduce needed training due to the ease of the solutions. Sample activities and tasks may include working design sessions, design presentations, and working wireframe and UI/UX development. Task 12: Data Science and Data Analytic services: The contractor shall provide dedicated Data Science and Data Analytic services to ad-hoc initiatives to support IT Data Modernization, and other ICE analytics and reporting needs. The contractor shall provide Data Science and Data Analytics services Support to ICE reporting and analytical needs by using ICE data to provide visibility, trend analysis, and other analytics to help ICE made decisions utilizing reliable and timely data. Task 13: Surge Support � Optional Task Based on the fluidity of the ICE OCIO environment, there may be a need for an emergency shift or an increase in workload to meet demanding requirements. When requested by OCIO and subject to the availability of funds, the contractor shall support surge requirements associated with the above tasks, consistent with the overall scope. Surge requirements may be initiated due to unplanned and/or unanticipated changes in the projected delivery timelines, emphasis, or scale of any of the above tasks resulting from natural or man-made disasters, policy, or legislative decisions made by the Secretary of Homeland Security or any other members of the Executive or Legislative Branches of the U.S. Government, or other exigent circumstances as determined by leadership. Surge support would be an increase to resources already identified above, but expand the scope of the work for that task area, and may be for offices and customers outside of CDO.� Surge Support Optional Tasks May include: OCIO Consulting Service OCIO Data Science and Data Analytic services UI/UX Services D.� RESPONDING TO THIS RFI Sources able to satisfy all aspects of the above requirements are invited to submit information describing their ability to meet the requirements. Please limit submissions to a MAXIMUM of 15 pages (cover page, white paper, and product description(s)), inclusive of diagrams, photos, etc. White Papers should be submitted in Times New Roman, size 12, with single spacing. Multiple submissions are authorized to address various solutions. Each submission should follow the guidelines laid out the following sections: Cover Page (maximum 2 pages) Contact and company information Name Title Company Name Number of years in business Brief overview of company history Number of employees Mailing address Phone number Website address Point of Contract and contact information for POC *Note that RFI responses shall designate a single Point of Contact for receipt of all information pursuant to this RFI. Business type, North American Industry Classification System (NAICS) code and company size (other than small, small business, Service-Disabled Veteran Owned Small Business (SDVOSB), etc.) Define capabilities and resources available to provide a solution. E.� QUESTION RESPONSE (maximum 13 pages) Interested parties shall address each of the following questions outlined below briefly addressing your experience in Public, Private, Law Enforcement or a combination. Technical Questions: CDO Support Experience: As the CDO Office has realigned with OCIO, CDO office is transforming into a more action-oriented model, including the need to identify and develop key CDO actions.� Does your company have previous experience providing CDO support services, including identifying and developing key CDO actions and skill to an organization of similar size and scope to ICE OCIO? Please provide examples of projects and/or programs your company has worked with in the last three (3) years. Deep Expertise: Describe your company�s experience across a diverse set of delivery areas, including: Data Modernization Strategic Planning, including the development of implementation roadmaps and identifying and documenting strategic goals Executive Briefing and Strategic Communications Support to Congress (e.g., appropriators), senior executives, and across a broad set of internal and externals stakeholders Data Analytics Strategies support, including examples of projects and/or programs your company has worked with in the last three (3) years. Experience Delivery in Comparable Agency: CDO office delivers work across the entire ICE agency, as well as partner with other components. Does your company have previous experience (and historical knowledge) in delivering work across an entire federal agency of similar size of ICE and navigating delivery dependencies and integrating services both horizontally and vertically to effectively deliver the objectives identified above? Provide examples of projects and/or programs your company has worked in the last three (3) years. Resource Agility (Surge): The ICE mission is highly complex and often requires reallocation of cleared resources to meet evolving mission needs. What is your company�s ability to shift and reallocate resources as needed across highly complex efforts including rapid response to emerging requirements and evolving threats? Cleared Practitioners: ICE requires a diverse pool of resources with a public trust adjudication who have a depth of domain knowledge, including data science, data strategy, and strategy implementation experience.� Does your company have the ability to meet this, and if so, please provide details? Leading Practices/Innovation: ICE CDO must innovate and incorporate leading Federal and commercial practices across data modernization strategy, data analytics, CDO strategy support, and executive briefing and strategic communication support. Does your company have this ability, and if so, please provide details? Experience working with Mission Operators/Field Experience: The ICE mission is executed across a vast geography and often, vendors are required to physically meet directly with mission personnel in various locations across the United States to ensure their needs are addressed. What is your company�s previous experience traveling to the field to work directly with mission operations to understand their challenges and determine opportunities for improvement? Provide examples of projects and/or programs your company has worked with in the last three (3) years. Scale and Flexibility: What is your company�s ability to staff, manage, and scale diverse teams across a broad spectrum of objectives including in question one (1) above? Organizational Dynamics: Does your company have previous experience collecting, automating, and using data across an immigration ecosystem?� If so, please provide examples of projects and/or programs your company has worked with in the last three (3) years. Data Visualization: ICEs mission includes providing visualizing showing mission and operational data to frontline operators and executive audiences.� What is your company�s previous experience creating tailored visualizations for a broad spectrum of end users ranging from DHS HQ to the field operators and congress? Provide examples of a projects and/or programs your company has worked with in the last three (3) years.� Data Science Expertise: ICE CDO office provides data science support to the agency. Does �your company have this experience of supporting an agency of similar size, scope, and complexity as ICE? Provide examples of projects and/or programs that highlight your experience using advanced analytics, especially examples on immigration-related data used by the field and headquarters if exists, to drive decision-making within the last three (3) years. User Interface/ User Experience: OCIO and CDO provide UI/UX support and services to the enterprise.� Does your company have experience providing UI/UX support to support to an agency of similar size, scope, and complexity? Provide examples of projects and/or programs that highlight your experience designing and developing working wireframes within the last three (3) years. Records, Information, and Data Management: ICE�s CDO office is responsible for Records, Information, and Data Management.� Does your company have experience providing Records, Information, and Data Management to support to an agency of similar size, scope, and complexity? Provide examples of projects and/or programs that highlight your experience has created strategies to modernize, govern, and maintain Records Management, Data Management, Data Standards, Data Inventory, within the last (3) years. Data Exchange and Sharing: ICE CDO office, working with other OCIO offices, has a goal to enable and facilitate a strategy and solution for data exchange and sharing within the agency. Does your company have experience creating a strategy to make agency data known, providing platform to share data, and ensure the security of exchanging data internally and externally across an agency of similar size, scope, and complexity? Provide examples of projects and/or programs that highlight your experience within the last three (3) years. Data Governance Tools: ICE requires thought leadership around enhancing CDOs automation of its processes, based on emerging industry practices and technologies. Does your company have experience with Collibra and Mobius platforms regrading automating, maintaining, and configuring a Data Governance environment?� Do you have experience with any other similar tools, and if so please provide the name(s) of those tools? What experience do you have with the tools within the last three (3) years? Contracting Strategy Questions: Identify any pertinent Federal Government contracts your company holds that may be appropriate for this requirement (i.e., OASIS, CIO-SP3, Alliant, GSA MAS IT, etc.). Please note that ICE is required to first consider DHS Mandatory strategic sourcing vehicles such as OASIS, CIO-SP3, Alliant etc. prior to considering other vehicles such as GSA MAS. Can you perform the work as a prime or would you need a subcontractor? Would the subcontractor be a large business or a small business? What percentage of the work would need to be performed by the subcontractor? This effort may result in a potential or actual conflict of interest, whereby contractors bidding on this requirement may be unable to render impartial assistance or advice to the Government, (i.e., developing documents supporting fiscal strategy and mission needs, accessing procurement sensitive information, etc.).� As a contractor, would you still be interested in participating in the procurement, understanding that a mitigation plan will be required as part of the proposal submission? Provide an estimated number of Full Time Equivalent (FTE) technical staff that would be needed to provide support described Tasks 1-13 listed above, including identifying approximate labor types. � F.� QUESTIONS AND REQUESTS FOR ADDITIONAL INFORMATION Questions and requests for additional information shall be sent to DHS/ICE via email to jason.zheng@ice.dhs.gov and michelle.brooks@ice.dhs.gov no later than Monday, May 16, 2022 at 9:00AM local time in Washington D.C. Verbal questions will not be considered. Please include the RFI title �RFI QUESTIONS � CDOSS � (Company Name)� in the subject line of your email and provide your electronic submission in Microsoft Word or Excel format. G. SUBMISSION INSTRUCTIONS Submissions shall be received no later than Thursday, May 19, 2022 at 9:00AM local time in Washington D.C. Early submissions are encouraged. ICE reserves the right to review late submissions but makes no guarantee to the order of, or possibility for, review of late submissions. Please include the RFI title �RFI RESPONSE CDOSS - (Company Name)� in the subject line of your email and provide your electronic submission in Microsoft Word or PDF format. Any company proprietary information, performance capabilities, and/or future modification should be clearly identified and marked; please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/45ed51ac337e4358bf587e1c69f40200/view)
- Place of Performance
- Address: Washington, DC 20536, USA
- Zip Code: 20536
- Country: USA
- Zip Code: 20536
- Record
- SN06323244-F 20220512/220510230059 (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 |