Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 28, 2023 SAM #8005
SOURCES SOUGHT

R -- IT Support for Administrative Services

Notice Date
10/26/2023 8:19:27 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
19AQMM24I0001
 
Response Due
11/17/2023 1:30:00 PM
 
Archive Date
11/17/2023
 
Point of Contact
OBO apps
 
E-Mail Address
OBOApps@state.gov
(OBOApps@state.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
RFI 19AQMM24I0001 IT SUPPORT FOR STATE ADMINISTRATIVE SERVICES (SAS) Request for Information (RFI) for Publication via�SAM.gov Notice Number: 19AQMM24I0001 Agency: Department of State� Office: Bureau of Overseas Buildings Operations, Office of Information Resource Management (OBO/EX/IRM) Requirement:�IT SUPPORT FOR STATE ADMINISTRATIVE SERVICES (SAS) Primary Location:??Washington, DC� Additional Performance Locations: NA The purpose of this Request for Information is to identify qualified companies capable of performing the functions detailed herein.� The government is requesting information to demonstrate company qualifications to support the requirements of the Department of State, as described herein. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal/ RFP or a commitment on the part of the government to issue a solicitation for the herein-described services in the future. Respondents are advised that the government will not pay for information submitted in response to this notice, nor will it compensate respondents for any costs incurred in the development/furnishing of a response.� � Please note that a decision not to submit a response to this notice will not preclude a company from participating in any future solicitation.�� An unrestricted competitive solicitation is planned. However, the Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition.� Requirement Description� The Department of State Bureau�for Overseas Buildings Operations, Office of Executive Management, Information Resource Management Division (OBO/EX/IRM) is seeking support for its�IT SUPPORT FOR STATE ADMINISTRATIVE SERVICES (SAS) requirement.� This acquisition will support the Department of State (DOS).�This will be a�high�dollar,�highly complex�acquisition.��The planned�contract is estimated to be in the range of $14 Million per year.� The Department of State is seeking support for its State Administrative Services (SAS) requirement. This will be a highly complex action with new computer platforms, significant upgrades and new and expansive requirements for development skill. The current staffing is predominantly in the Greater Metropolitan Washington, DC Area at State Annex 6 (SA6), and other state locations, DC metro contractor locations, DC metro locations via remote telework, and remotely with CONUS with special permission from the Contracting Officer�s Representative. The requirement is to provide information technology project support and software engineering in support of enterprise-wide applications for the State Administrative Services (SAS) applications for the U.S. Department of State (DoS). These include, but are not limited to human resources, general services operations, building real property and asset management, administrative support, help desk support, data/records, overseas allowances, compensation, business processes, project management, budget, finance and overseas facilities applications. The U.S. Department of State relies on up-to-date, accurate data to fulfill business requirements and support management decision making. These applications support the business requirements of multiple Department of State bureaus. These bureaus require project support to maintain and enhance the current data collection, processing, and reporting requirements as they are performed through the use of electronic forms and software applications. These applications will be deployed both in the department approved cloud platforms and on-premises and integrate with a wide variety of other department applications and the contractor should be experienced working with Application Programming Interfaces (APIs) and Web Services.� Databases supporting these applications will include both traditional SQL databases as well as cloud-based SQL, Object, and Network based databases.�� Access and database transaction languages will vary with respect to software language. Many, but not all applications utilize Microsoft Structured Query Language (SQL) Server. Reporting is currently done through Power BI, SQL Reporting, ASP.NET, SAP Business Objects, Microsoft SharePoint, and Crystal reports. Regardless of the current technologies in use, the Department may require future enhancements using other technologies approved by the Department�s Information Technology Configuration Control Board (ITCCB). Integration and Configuration tasks with enterprise Software as a Service (SaaS), Platform as a Service (PaaS) and Commercial Off-The Shelf (COTS) on-premises applications including Kahua project delivery, Eptura Archibus integrated workplace management (IWMS), and ServiceNow platforms will be common and require Subject Matter Expertise support through this contract. In support of certain Department initiatives related to an array of applications of various languages, the Department requires a contractor to provide full software engineering life cycle support, plus the attendant, required training and documentation in accordance with best practice life cycle development processes.� The Department uses a Scaled Agile Framework (SAFe) and industry-standard Agile processes for product delivery and requires this on its development contracts. �� Interested companies should�electronically submit a Capabilities Package consisting of no more than 15 pages of 8.5"" X 11"", using at least�10-point�font with�1-inch�margins, and pages numbered consecutively.� Capabilities Package:� All interested respondents shall submit a Capabilities Package that explicitly demonstrates relevant company capabilities, indicating�current (last five years)�examples pertaining to Key Required Components.�� A draft Performance Work Statement (PWS) is attached to this RFI at Attachment 1. Key Required Components�� Key required components are as follows and are described in the Draft PWS. � Solution Development, Modernization, and Enhancement (DME) Support Activities ����� The contractor shall provide support for any and all phases of software deployment to ensure applications and databases will enable their users to meet their mission goals and objectives. These efforts include all phases of SDLC including the full range of software design, development, implementation, and integration, including, but not limited to, requirements definition and analysis, systems design and development, coding and testing, preparation for deployment, data conversion, 508 compliance and integration. The SDLC can be tailored to the requirements of each task order as appropriate.� Software Development Lifecycle (SDLC) Support The purpose of this requirement is to provide services through the entire Software Development Lifecycle (SDLC) in areas including, but not limited to, business process and requirements analysis, design, quality assurance, testing, implementation, training, configuration management, project and process management, and Tier I, II & III help desk support.�� In these efforts, the contractor shall perform analytical and life cycle support for ongoing operations and maintenance (O&M) activities, as well as enhancements and upgrades to the software system.� The contractor shall support this effort by providing staff with extensive technical experience including software architecture. SAFe and Agile processes and artifacts will be used on all Department SDLC processes.� Support of System Development Lifecycle (SDLC) will include, but is not limited to: Development of new information technology (IT) solutions�create and deliver a new IT solution to the production environment, to meet the needs of emerging business, technological or cybersecurity needs. Conduct full system development lifecycle (SDLC) activities to provide new IT solutions to include concept of operations, requirements analysis, design, development, and quality assurance testing; support for system security; support for training; support for testing; release management and deployment activities; systems documentation and intellectual property; and post implementation review. Modernize existing IT solutions�modernize or re-engineer IT solutions that already exist in production, with the intent to replace the legacy system or application with a modernized, re-engineered, or new-technology solution, potentially impacting existing business processes and operations. These requests typically result from an IT solution that reaches end-of-life or becomes obsolete, where maintenance or enhancements result in low return on investment, or performing maintenance or enhancements are no longer feasible, viable, or scalable to meet business needs. Projects of this type must also include full SDLC activities.� Projects of this type typically entail disposing of or decommissioning the IT solution being replaced. Enhance existing IT solutions�a change or group of changes to IT solutions that already exist in production, to provide for new, changed, or deleted functionality, features, or capability. These requests typically result from changes in federal mandates, changed business processes, major version upgrades, or enhanced business needs, but there is no intent to replace an existing IT solution. Projects of this type must also include full SDLC activities.� Software maintenance � a change or group of changes to existing IT solutions to enable them to operate according to current approved requirements, and does not change functionality, features, or capabilities. These requests typically result from defect or bug fixes; business system regression testing due to infrastructure changes, vendor patches, or service pack releases; and minor version upgrades, but are not emergency or urgent, allowing for planned activities.� Projects of this type must also include full SDLC activities.� Help Desk Support The contractor shall provide Tier I, II, and III help desk support for DoS, as specified in the individual tasks.� Additionally, the contractor shall provide analysis and research of user and system issues, document findings, present options (including non-system workarounds), recommend solutions, and prepare procedures as required. Strategic Program Initiative The purpose of this requirement is to support a strategic program initiative to modernize information systems and move towards an open systems environment. This initiative has established the foundation for a modernized systems environment that encompasses technical architecture to unify disparate hardware platforms; eliminate redundant processes, duplicate data entry, and storage systems; and update business applications in compliance with requirements needed to support the Department�s ability to cultivate a highly effective, flexible, diverse workforce.� ����� �����6. BPA TASKS ����� The BPA will allow for the award of multiple Task Orders that are ����� ����� within the general scope of the BPA.� Several will be awarded � ����� following the award of the BPA. Experience working Responses should specifically address each key component. Responses to each of the following questions specific to this requirement. Describe your company�s experience in managing Federal Government building, administrative, and financial data systems in terms of both IT processing and functional expertise in understanding the processes and data. Has your company provided functional expertise in the use and understanding of Federal Government Department�s/Agencies data? Please describe/explain. Describe your company�s experience in transitioning to integrate new cloud-based data systems with older legacy on-premises data systems? Describe your company�s experience in identifying individual records that do not integrate/merge appropriately into data tables, researching the causes behind each disconnect, applying immediate solutions, and developing appropriate business rules to address any future occurrences. What level of security clearances do your employees currently possess? Describe your company�s experience of conducting advanced analytics and forecast operational requirements utilizing data from DoS information systems and big data sources. What is your company�s experience in configuring, integrating and securing cloud-based enterprise applications in SaaS, PaaS, and/or IaaS models. Describe your company�s experience with Service Level Agreements (SLAs). Provide details of your company�s capabilities. Describe your company�s experience and capabilities in monitoring and maintaining data quality and integrity. Confirm if your company cloud products are FedRamp Certified. Confirm if your company meets NIST 800-30, NIST 800-37, NIST-53 requirements. Describe your company�s experience in accessing, protecting, and handling classified documents, data and information. Relevant Experience Relevant experience is defined as contracts of similar scope and complexity including dollar value that have occurred in the past 5 years.� Please include no more than 3 relevant projects and include the following information for each: Customer Name Customer POC/Client Email Total Contract Value Period of Performance Brief Description of Services Provided CPARS available? (Yes/No) �� Required Qualification�� Facility clearance at TS level:��Submissions in response to any subsequent solicitation�will be subject to Go/No Go Screening based upon this qualification.�Proposal submissions from companies not possessing a current TS facility clearance as of the date of proposal submission will not be evaluated. Type of Contract� Issuance of a single-award ordering vehicle is planned. Orders issued thereunder will�primarily�be�Firm-Fixed-Price and Time and Materials/Labor Hours-type orders.� Period of Performance� The planned contract duration is for one base 12-month�period with four additional one-year options.��� �� Instructions for submission of responses:� Responses must be limited to�15�pages. No items are excluded from the page limitation.� Submissions should utilize Microsoft Office formats and shall be fully searchable.� Responses should include the following:� Capabilities Package: Description of understanding of requirements organized by key component�areas� Relevant experience examples TS Facility Clearance Status (Yes/No) UEI number� CAGE code� GSA MAS�IT Professional Services contract number for SIN 54151S if applicable Additional relevant information (within total submission page limit) Any feedback firms would like government to consider relative to acquisition strategy or PWS requirements to improve any resulting solicitation.� �� You are requested to submit your response via email to the following point of contact:� Submit your responses at OBOApps@state.gov Attachment 1 � Draft PWS for IT SUPPORT FOR STATE ADMINISTRATIVE SERVICES (SAS)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6c58923207134c888bee95aa5c4bacf8/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN06869470-F 20231028/231026230055 (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.