Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
MODIFICATION

D -- Sources Sought for SSA Disability Case Processing System (DCPS) Development Services

Notice Date
6/25/2009
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
 
ZIP Code
21244
 
Solicitation Number
SSA-RFI-09-DCPS
 
Archive Date
7/4/2009
 
Point of Contact
Traci S Leach, Phone: 410-965-9539
 
E-Mail Address
traci.leach@ssa.gov
(traci.leach@ssa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS/ REQUEST FOR INFORMATION (RFI) to identify potential sources of supply Reference Number: SSA-RFI-09-DCPS The Social Security Administration (SSA) is conducting MARKET RESEARCH to identify existing vendors capable of support the Government in the development and implementation of a Disability Case Management System ****NOTE: The current posting is supplemental to RFI number SSA-RFI-09-1003. Specifically, the current posting is more specific; as such, answer all questions accurately.****** Introduction This RFI notice and the attached DRAFT Statement of Work are provided to vendors for informational, market research, and industry comment purposes. Using these documents vendor sources may be able to better understand the Government’s future Disability Case Management Systems plans, as well as determine whether they have the capabilities and resources to support the Government in the development and implementation of a Disability Case Management System. The Government seeks comprehensive responses to the business and functional requirements listed herein that also indicates how vendors would approach working with the Government to achieve measurable results. Vendors are also encouraged to provide comments on the requirements expressed in the attached DRAFT Statement of Work document. These comments should pertain to the feasibility of the Government’s plans, as well as any factors such as potential assumptions, risk areas, or technical pre-requisites perceived. Vendor responses to this RFI must provide a narrative description of the vendor’s products and capabilities solution, including descriptions of programming, customization, and implementation services for a system deployment that meet the Government’s requirements as expressed in the attached DRAFT Statement of Work. Responses for each requirement must be cross-referenced to the relevant requirements listed in the attached Statement of Work document were applicable. Requirements: The vendor’s responses must give consideration to the following categories and criteria: •Functionality- The ability to provide the functionality required to process cases: oRequirements oBusiness Process oManagement Information oAccessibility (508 compliance) •Integration- The factors necessary for the system to work efficiently and effectively with other services and systems as part of the agency’s enterprise and database architecture: oChange Management oOperations and Maintenance Support oInteroperability with other systems •Financial Impact- A measure of the system's direct and indirect costs as well as Return on Investment to the customer •Privacy & Security- Items affecting the ability of a system/ technology to protect Personally Identifiable Information (PII) and secure the environment against unauthorized access: oConfidentiality oIntegrity oAvailability oConformance with Applicable Standards (e.g. FISMA, NIST) •Flexibility & Agility- The ability to quickly and easily enhance or change the software to adapt to changes in business rules, procedures, regulations, and laws: oOwnership (e.g. Agency control over software code) oSchedule oLocal customization Additionally, responses to this RFI must include the following information and specific responses to the following General, Technical, and Cost related questions: 1.General Information and Questions a)Company name oParent company oCompany address b)Company POC- Name of person responsible for the information contained in this RFI c)Telephone number d)Facsimile number e)Email address f)Website g)GSA Schedule Number (if applicable) h)DUNS Number i)Initial year of operations j)Number of employees: oTotal oDevelopment oImplementation oSales & administration oSupport k)Describe any relevant third party alliances/relationships of your company (e.g. partnerships, joint ventures, subsidiaries, etc..) l)Do you have experience with government clients (Federal, State, or Local) m)Any relevant information on past performance of implementations with similar size, scope, and complexity 2.Technical Solution Questions a)What levels of ownership/control that your firm provides for the source code of any software products in your firm’s potential solution? b)Is your firm’s potential solution web-based? c)Is your firm’s potential solution custom built or is it a: •Commercial Off The Shelf (COTS): Solutions that are ready-made and available for sale, lease, or license to the general public •Modified COTS: A COTS product that needs to be customized from its baseline, out-of-the-box state to meet all functional requirements •Hybrid Solution: A COTS package that is supported by an in-house or specially built module to meet all functional requirements (similar to Modified COTS but instead of limited customizations to the solution, a module is built from the ground up) d)What Security Protocols are followed by your potential solution, as indicated in the following: •OMB Circular A130, Appendix III, Guidance on the “Security of Federal Automated Information Systems” http://www.whitehouse.gov/omb/circulars/a130/a130appendix_iii.html •Electronic Government (EGov) Act, Title III, Federal Information Security Management Act (FISMA) of 2002 http://csrc.nist.gov/drivers/documents/FISMA-final.pdf e)Does your potential solution provide system/software documentation (i.e. data definition, data flows)? If so, please detail. f)Does your potential solution provide formal user training (State the duration and levels of training) g)Does your potential solution provide training materials? If so, please detail. h)Provide appropriate level of support for disability case management environment and users of the system i)Provide considerations and plans for business continuity j)Indicate if the solution offered is capable of operating in a service-oriented enterprise and be built upon the principles of service orientation and in the service oriented architecture style k)Provide information on your potential solution’s compliance with relevant Section 508 and SSA Accessibility requirements (see attached DRAFT Statement of Work at Section 2.4) l)Does your potential solution includes teaming with other vendors 3.Cost Related Information Vendor responses should provide a high level outline detailing the necessary resources and cost factors needed to support the implementation and maintenance of their potential solutions or products, This information must provide details on the methods used to cost out a solution and what cost structure elements would need to be included. For example, any licensing fees, transaction costs, hourly rates, recurring maintenance fee structures, or training costs should be included. If your firm currently provides the same or similar types of services for other customers a description on the pricing methods used on such an engagement should be briefly described. Copies of any relevant Government purchasing vehicles (such as GSA schedules) that the respondent may employ in completing an engagement as described herein should also be included with the response. Response Instructions Any firm that feels they have the capability of providing a solution that meets the requirements detailed in this RFI and the attached DRAFT Statement of Work should respond, in writing, via e-mail, to the Contract Specialist by the response due date posted. Information submitted in response to this notice will be used for market research purposes, and will not be employed in a source selection manner. To be considered by the Government, vendor responses to this notice must be submitted in accordance with the instructions provided herein. Vendor submissions of simple marketing materials or brochures, incomplete responses that do not conform to the elements of this request for information, or references to vendor websites will not be considered by the Government. This is not a solicitation or a request for proposal/quotation. NO FORMAL SOLICITATION IS BEING ISSUED AT THIS TIME. Requests for copies of a solicitation at this time will not be acknowledged. The Government will not return any information submitted in response to this notice, nor will the Government pay for any information submitted in reply to this notice. The Government reserves the right to contact, or not contact, any party responding to this notice in order to obtain further information for market research purposes. All responses must be submitted in an electronic format (compatible with MS Office 2003) via e-mail to the Contract Specialist by the due date specified. Faxed information will not be considered. The file size limitation for e-mail attachments is 5 megabytes. Electronic responses must be received NO LATER THAN 5:00PM ET July 3, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFI-09-DCPS/listing.html)
 
Record
SN01857724-W 20090627/090626001058-982d2b66f2bbc67e831020b5638d6a96 (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.