SOURCES SOUGHT
D -- Request for Information - Integrated Product Data Environment
- Notice Date
- 1/6/2009
- Notice Type
- Sources Sought
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-09-R-RFIIPDE
- Archive Date
- 1/17/2009
- Point of Contact
- Scott Palmer,, Phone: 202-475-3239
- E-Mail Address
-
scott.l.palmer@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION United States Coast Guard, Acquisition Directorate Integrated Product Data Environment This exchange is being issued in accordance with Federal Acquisition Regulation (FAR) Subpart 15.201(e) as a Request for Information (RFI). The purpose of this RFI is for the United States Coast Guard (USCG) Acquisition Directorate to gain knowledge of qualified and interested business concerns with experience within the referenced requirement and is being issued solely for USCG’ informational and planning purposes as it may relate to acquisition strategy, planning schedules, feasibility of the requirement, development of the requirement, etc. This exchange in no way represents a formal solicitation for proposals, quotations, or bids with the intent to form binding agreements based upon results. USCG may (or may not), at the agency’s sole discretion, issue a formal solicitation for this requirement at a later time. Within that vein, any descriptive/requirements information provided by USCG in this exchange is subject to change and shall in no way be treated as final or binding. 1. Background: The United States Coast Guard (USCG), Acquisition Directorate manages the major acquisitions for the USCG. Each major acquisition works closely with its contractor and USCG centers of excellence and support directorates in the implementation and management of the acquisition projects. These functions include such items as document management, workflow, action item tracking and team collaboration. 2. Requirement: USCG Acquisition Directorate has a potential requirement for a commercially available “off the shelf” Integrated Product Data Environment solution that can automate manual processes, seamlessly integrate with other USCG owned systems (Example: IBM WebSphere Portal), and provide sufficient functionality and flexibility to meet the requirements outlined below. Systems based on commercial or government off-the-shelf software may be considered. USCG seeks to possibly acquire an automated tool for Integrated Product Data Environment for Fiscal Year 2009 to support up to 5,000 users. The USCG Acquisition Directorates Integrated Product Data Environment plays an integral part in the acquisition strategy to create a culture knowledge management efficient execution by providing the acquisition workforce with the tools needed to enable success. USCG Acquisition Directorate is seeking a commercial, off-the-shelf system that has or can be minimally configured to meet the following specific requirements: 2.1. General System Features: • Web based application • Support for single sign-on • Support for public key infrastructure (PKI) • Compatible with the Coast Guard WebSphere Portal using Java Specification Requests (JSR) 168 standard. • Supports organizational hierarchy maintenance to ensure that each project can establish a team or project workspace. • Role-based security for employees, teams, projects and administrators (customizable permission profiles). • Organization/level-based security for reviewing documents. • Allows simultaneous file viewing by multiple authorized users. • Workflow-enabled processes with flexible routing, e-mail notifications, electronic signatures, and a capability to track the progress of reviews. • Meets operational security standards, including firewalls, intrusion detection systems, application, and operating system passwords. • Provides a process for importing previous existing data. • Provides a process for exporting project data. • Accommodates up to 5,000 concurrent users with no impact on performance, even during peak volume periods volume periods. • Archives data for inactive employees. • Section 508 compliant. • IPv6 Compliant 2.2. IPDE Features: • Document Management to include storage and search across team, project or organization • Action Item Tracking at the team, project or organizational level • Workflow to include ad-hoc workflow establishment • Collaboration across organizations and ad-hoc team • Allow groups to author and publish Web content in a timely manner with easy-to-use authoring tools and integrated workflows with minimal IT involvement. • Organize and classify content within a centralized document repository to provide a consistent method for organizing, categorizing, navigating, and searching for information. 3. Description of Information Requested: USCG Acquisition Directorate is requesting all interested firms respond to this RFI with the following information: 1. Name and Address 2. Phone and Fax No. 3. Website Address 4. Business Size and Type of Ownership (i.e., Large, Small, Small Disadvantaged, Woman owned, Hub-zone, Service Disabled Veteran, etc.) 5. Years in business 6. GSA Schedule Number (if applicable)(also specify if your firm’s solution is available via the referenced GSA schedule) 7. Description of the client base, include all Federal Customers 8. Capability Statement to include how the firm’s solution meets DHS’ requirements. The capability statement must include: a. A description of the solution(s) in terms of its technical architecture, enabling technology and technology capabilities. b. Documented knowledge and experience with governmental (Federal/state/local) HR systems. c. An explanation of the flexibility and/or scalability of the solution(s) in order to adapt to changing staff acquisition needs in the Federal government. d. Clarification of how the solution(s) functions from a technical perspective (e.g., platform, data exchange, security, Rehabilitation Act of 1998 - Section 508 (http://www.section508.gov/). e. List of any hosting services or application service provider (ASP) arrangements that are offered to support the solution. f. Pricing information to include rough-order-of-magnitude (ROM) pricing (e.g., including software licenses, consulting rates, hosting fees) for their solutions, given their understanding of the limited number of requirements stated in this RFI. g. Information if products/services are available through any existing government contract vehicles (e.g., GSA FSS Schedules, GWACS, etc.). 4. Response Instructions: Capability Statements shall not exceed ten (10) pages. Please submit all responses to this notice, via e-mail, to Mr. Greg Cohen at gregory.k.cohen@uscg.mil, Mr. Scott Palmer at scott.palmer@uscg.mil, and to Ms. Wendy Chaves at wendy.g.chaves@uscg.mil by 3:00PM, Eastern Standard Time, January 16th, 2009. All e-mail responses MUST include the subject header of “USCG Acquisition Directorate IPDE Solution” in responding to this RFI. As stated prior, this RFI is being issued solely for USCG’ informational and planning purposes. Respondents will not be notified of any results derived from a review of the information provided. Responses to this RFI will not be returned. Respondents are solely responsible for all expenses associated with the responding to this RFI. Respondents needing confidential treatment for any proprietary information furnished in response to this RFI must mark the documentation accordingly.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f2d1afe982fafdb90f50ff2ebe80ef8e&tab=core&_cview=1)
- Record
- SN01727576-W 20090108/090106220625-f2d1afe982fafdb90f50ff2ebe80ef8e (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 |