Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
SOURCES SOUGHT

D -- Guaranteed Loan System Maintenance and Development

Notice Date
5/16/2007
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Agriculture, Rural Development, Procurement Management Division, 1400 Independence Ave., S.W. Mail Stop 0741, Washington, DC, 20250, UNITED STATES
 
ZIP Code
20250
 
Solicitation Number
Reference-Number-RD-07-0001
 
Response Due
5/29/2007
 
Archive Date
6/12/2007
 
Point of Contact
Vijaya Murthy, Contract Specialist, Phone 202-692-0247, Fax 202-692-0235, - Demetria Carter, Procurement Analyst, Phone 202-692-0158, Fax 202-692-0235,
 
E-Mail Address
vijaya.murthy@wdc.usda.gov, demetria.carter@usda.gov
 
Description
THIS NOTICE IS A REQUEST FOR INFORMATION ONLY The United States Department of Agriculture (USDA), Rural Development and Farm Services Agency (Agency) seeks technical support services to provide maintenance support and enhancement development to the Guaranteed Loan System (GLS), while continuing to develop component-based processes where deemed feasible. The Agency, as part of supporting its overall role in providing agricultural credit and rural development assistance, has initiated activities to develop and enhance Agency information management. The current automated Guaranteed Loan System (GLS), Program Loan Accounting System (PLAS), Automated Multi-Housing Accounting System (AMAS), Multi-Family Information System (MFIS), Dedicated Loan Origination System (DLOS), and Rural Utilities Loan Servicing System (RULSS) are components which interface, exchange data, and use certain common processes. Our external constituents including lending institutions, customers, and potential customers have different informational and servicing needs than our internal constituents. With mandated E-Government initiatives, our existing legacy components must be enhanced to allow all constituents the necessary access to information and the functionality to more efficiently implement our loan programs. Additionally, the Agency direct and grant and guaranteed loan program automated components must comply with OMB Circular A-129 performance goals, the Treasury Financial Manual, Circular A-123 guidance for internal control systems, Circular A-127 guidance for financial management systems, and Circular A-130, guidance for security requirements. Consideration must also be given to the JFMIP Government-Wide systems automation requirements and the E-File/GPEA initiatives. Request for Information Pursuant to FAR 15.209 this Request for Information (RFI) references FAR 52.215-3 REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although ?proposal? and ?offeror? are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of obtaining Statements of Interest as well as Capability Statements from businesses that are capable of providing IT services which include maintenance and enhancement of the Guaranteed Loan System. Small businesses are encouraged to respond. (End of provision) The purpose of this notice is to obtain Capability Statements from businesses that are capable of providing IT services which include maintenance and enhancement of the Guaranteed Loan System. The Agency anticipates awarding a single contract under which the Contractor will be responsible for technical and automation development services for eight loan program areas. The Agency seeks a Contractor that has the experience and capability to perform the work and be responsible for the work of other subcontractors. SPECIFIC TASKS include the following: (1) the Contractor must be able to continue maintenance and upgrades to the GLS currently in various stages of development, (2) the Contractor shall provide the full range of automation project management services including, but not limited to, developing scope documents, conducting Joint Development and Design sessions to gather/refine requirements, developing specification and use case documents, developing new software, modifying existing software, supporting the various stages of testing, supporting implementation, and providing post implementation support, and (3) the Contractor shall have at least three years experience managing projects where software development and data modeling was completed in CA:Gen (for modeling and generating DB2 and Oracle databases as well as for the development of database server components), JBuilder used in conjunction with Oracle databases, CA-ESP (scheduling tool), and COBOL. CAPABILITY STATEMENTS Given the Agency?s intention of awarding a single contract, the Capability Statement of businesses interested in this acquisition shall contain, at a minimum, the following information in ten (10) pages or less and shall be submitted to the individual identified below: (i) experience with all of the systems used by USDA/RD/Guaranteed Loan Programs to support the GLS environment in providing services under a design/development contract utilizing CA:GEN, JBuilder, CA-ESP, and COBOL; and (ii) experience in identifying, managing the work of subcontractors for similar efforts and/or complexity. Additional time and cost for training will not be considered. The Contractor?s experience shall be documented by identifying with specificity: (1) the contracts under which the experience was obtained, (2) the dates of performance, (3) the contract number, (4) the contracting entity, point of contact, and telephone number, (4) a brief description of services provided, and (5) the contract value. Full and complete responses are necessary to demonstrate to the Agency the contractor?s capabilities in all aspects of the services required. Therefore, company brochures and/or standard capability statements are not desired. The Contractor shall identify its Small Business designation such as 8(a), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns, etc. Deadline and Contact Information All responses are due to Vijaya L. Murthy by May 29, 2007, no later than 2:00 pm EST. Capability Statements may be submitted via email to vijaya.murthy@wdc.usda.gov; fax to 202-692-0235; US Mail to Vijaya L. Murthy, Procurement Management Division, 1400 Independence Avenue, SW (Mail Stop 0741), Washington DC 20250; Overnight commercial carried to: Vijaya L. Murthy, Contracts Specialist, Procurement Management Division, USDA, Rural Development, 8th Floor, Room 801, 300 7th Street, Washington DC 20026, Telephone (202) 692-0247. AT THIS TIME, TELEPHONE CALLS WILL NOT BE ACCEPTED NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/RD/PMD/Reference-Number-RD-07-0001/listing.html)
 
Place of Performance
Address: St. Louis, Missouri
Zip Code: 63103
Country: UNITED STATES
 
Record
SN01296067-F 20070518/070516222126 (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 |
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.