SOURCES SOUGHT
D -- Request for Information- Enterprise-wide Document Management/Records Management (DM/RM) Solution for the US Depart of Labor - Appendices A - F
- Notice Date
- 10/27/2009
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL110RI20828
- Archive Date
- 12/8/2009
- Point of Contact
- Gladys Bailey, Phone: 2026934598, William Stevens, Phone: 202-693-4582
- E-Mail Address
-
bailey.gladys@dol.gov, stevens.william@dol.gov
(bailey.gladys@dol.gov, stevens.william@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- Appendix F Appendix E Appendix D Appendix C Appendix B Appendix A Request for Information—Enterprise-wide Document Management/Records Management (DM/RM) Solution for the US Depart of Labor RFI Number DOL110RI20828 Notice Type: Request for Information Synopsis The United States Department of Labor (DOL) is conducting market research for an upcoming procurement requirement. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to provide DOL with an enterprise-wide Document Management/Records Management (DM/RM) solution on a firm fixed-price basis. The North American Industry Classification System (NAICS) code for this request is 541512, Computer Systems Design Services. SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. Sources shall include whether or not they are a small business; HUBZone small business; service-disabled, veteran-owned small businesses; 8(a) small business; women-owned small business; or small disadvantaged business in order to assist the government in determining the appropriate acquisition method, including whether a set-aside is possible. Background In support of the President of the United State’s Transparency and Open Government Initiative, DOL is preparing to implement an enterprise-wide Document Management/Records Management (DM/RM) solution. This solution will become the Department's Enterprise Content Management (ECM) platform for Agencies within the Department to use for managing, protecting, and retrieving its mission critical documents/records including e-mails. An enterprise-wide ECM platform solution will need to accommodate agency specific as well as universal processes across the Department and employ a Service Oriented Architecture (SOA) to promote reusable, repeatable service components. Currently, the Department does not have an enterprise-wide electronic records management system that can be used to manage either paper or electronic records. Moreover, it has disparate document management systems within the nine interconnected Local Area Networks (LANs) that are serving the Agencies across the Department. DOL anticipates the life cycle of the ECM platform solution to be 10 years. Refer to the attached DM/RM supporting documents in Appendices A - F for more details on DOL’s DM/RM requirements, architecture and data model. DOL seeks to understand the number of qualified business vendors/integrators in the ECM industry that are experienced in managing and implementing a comprehensive enterprise-wide Document Management/Records Management (DM/RM) solution through the full investment life cycle that will: •Establish the Department’s first Department-wide electronic record keeping system enabling Record Managers to retain, schedule, and archive Departmental records electronically (while remaining in compliance with evolving NARA requirements); •Provide DOL with a systematic capability to manage information that is valuable to the Department and its agencies. It will provide storage, versioning, ownership, vertical and horizontal sharing, search, and retrieval capabilities in an efficient and effective manner; •Enable DOL to manage and control unstructured information including documents, emails, and faxes; •Address retention issues, and provide a solution that has imaging/scanning capability to convert paper records/files to electronic image files (optional implementation based on Agency needs); and •Enable the Department to achieve compliance with Federal mandates, such as the Office of Management and Budget (OMB) Circular A-130, the Federal Records Act, NARA guidance, and E-Discovery requirements according to the Federal Rules of Civil Procedure. This will also enable DOL to capture manage and preserve e-mails as records and retrieve such information through electronic searches. While the specific scope of the documents and records that will be maintained may vary from agency to agency based on their respective mission needs, the intent is to implement a robust and standardized ECM solution in a federated manner across the Department that has a common, configurable user interface and core set of capabilities in handling all types of documents and records, along with their associated metadata. Through the development of a comprehensive set of DM/RM requirements (included in Appendix D), the following exceptions were determined: •The DOL DM/RM solution is not anticipated to store classified data; •The DOL DM/RM solution will not be directly accessed by the public; •While the solution can house Freedom of Information Act (FOIA) documents and records and can provide basic FOIA capabilities (e.g., annotation, redaction, workflow), this solution is not intended to provide robust FOIA processing capabilities; •While basic content management functionality is covered (e.g., versioning), the DM/RM solution is not intended to fulfill an online collaboration business need; and •“Back file” conversion of existing paper documents and records is not included in the scope of services. The implementation of the DM/RM Department-wide solution is intended to provide system flexibility by providing high-configurability while minimizing customization of requirements. This will allow individual agencies to leverage a repeatable and re-usable set of DM/RM services to meet their specific customer, business, and records requirements in support of their respective Agency missions. Acquisition Approach DOL anticipates procuring a performance-based acquisition. The draft Statement of Objectives is included in Appendix E. Common DM/RM needs and capabilities are grouped into 11 Projects Areas. Project Types are subsets of the Project Areas based on factors such as, numbers of users, complexity of workflow and complexity of customizations. A sample description of a project type is included in Appendix F. The DM/RM solution will be hosted at the contractor facility and implemented incrementally in phases. Each phase will be defined in terms of the following requirements: project types to be implemented, completion date, availability, user volumes and capacity. Phase 1 will be the government’s contract minimum guarantee. (The Continuity of Operations (COOP) capability will not be a requirement of Phase 1.) Subsequent phases will be defined for evaluation purposes only. Actual implementations, beyond Phase 1, are dependent on further definition of agency specific requirements and are contingent on the demonstrated success of Phase 1, user readiness and available funding. For each phase, offerors will configure a solution that consists of hardware, software and implementation services for the required project types. DOL will provide appropriate network connectivity between the vendor’s proposed hosting facility and government sites. The Government will require fixed prices for: 1)the purchase and maintenance of hardware, ECM and systems software; 2)the hosting facility and related services; 3)the implementation and subsequent maintenance and support of each Project Type; 4)incremental help desk support; and 5)specific labor categories for potential time and material tasks. Software license prices and project type implementation prices will include requisite user training. RFI Requirements/Qualifications 1.1Company Overview A brief description of your company, your services, business size, and point(s) of contact, including name, address, phone/fax number (s) and e-mail address. Limit your response to 1 page. 1.2DM/RM Experience All vendors/integrators responding to this announcement must clearly demonstrate their experience in the management, planning, implementation, training, and operation/maintenance (O&M) of a Federal Department-wide DM/RM solution (with the capabilities indicated in the attached Functional Requirements Document) by providing the following information: 1.2.1Federal DM/RM Implementation Experiences Provide a list of federated DM/RM implementation experiences, of which the solutions are currently being used in a production environment. For each project experience, provide the following: •Client name and the date of production deployment; •A list of ECM products implemented including vendor name and software version; •A brief description of the ECM solution that was implemented and your company’s role/responsibilities in managing and deploying the solution. 1.2.2DM/RM Knowledge Demonstrate your DM/RM knowledge and Federal deployment/implementation experience by briefly describing the steps (i.e., your process from beginning to end) your organization would take to ensure a successful federated deployment of an enterprise-wide DM/RM solution at the DOL. As appropriate or applicable in each step, identify the key or essential items your organization would need for DOL (i.e., inputs to your process) to ensure a successful enterprise-wide deployment. Identify any additional information needed in order to propose the fixed prices required by Section 3. Also, identify the key or essential items your organization would perform/complete in each step (i.e., outputs of your process). Be sure to describe any assumptions you are making in describing your steps for successfully deploying a DOL DM/RM solution. Describe your organization’s experience in managing numerous Federal ECM deployments simultaneously within a multi-Agency environment such as the Department of Labor. Briefly describe the major risks and challenges that were overcome from deploying in a multi-Agency (i.e., multi-client) environment. Provide a list of ECM partnerships that your organization currently maintains, the type of partnership (e.g., service/solution provider, value-added reseller, etc.), and identify from the Section 4.3 response, the project experience to which the partnership relates. 1.3DM/RM Past Performance Provide three (3) DM/RM past performances within the last three years with the following information: a) Project Name b) Contract Number c) Title of Contract d) Value of Contract e) Government Point of Contact and Contact Information f) Prime or Sub? i) If Sub, Value of Sub-contract j) If Sub, Prime Organization’s Name k) Whether Prime or Sub, List of Partners l) Specific Role/Responsibilities/Deliverables m) Description of Past Performance Scope At least one past performance shall be a DM/RM (including email management/archiving) implementation within a Federal Department of comparable size and scope as the Department of Labor. The vendor/integrator shall also demonstrate in the Description of Past Performance Scope its experience in managing a full life-cycle implementation (i.e., Planning, Requirements, Design, Development, Testing, Deployment, and Operations and Maintenance). Instructions and Response Guidelines The response must be specific to each of the qualifications listed above to demonstrate that the respondent has the requisite skills and experience. Experience and past performance is requested of qualified, prime respondents; partner or team member capabilities should be addressed separately. Responses to this RFI shall not exceed 15 pages, must be viewable with Microsoft Word 2003, and printable on "8.5 x 11" paper. Responses must use 12 point font, the margins of each page should be at least ½ inch, and each page should contain a page number. This Sources Sought is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposal or award a contract. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted, for the vendor-sponsored demonstration or the Government's use of such information. Sources responding to this Sources Sought should submit the minimum information necessary for the government to make a determination that the source is capable of satisfying the requirements. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Request For Information or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Responses should be identified with DOL110RI20828, and are due no later than 3:00 P.M. (EST) on November 16, 2009. All interested parties must submit their responses via email bailey.gladys@dol.gov and stevens.william@dol.gov. Questions regarding this RFI will NOT be entertained at this time. Telephone calls regarding this RFI will not be accepted. The government reserves the right to compete any acquisition resulting from this survey among small businesses or to make an award to an 8(a) firm, based on the responses received. This sources sought notice is for planning purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. No solicitation document exists at this time. Contracting Office Address: U.S. Department of Labor (DOL) OASAM Office of Procurement Services 200 Constitution Avenue, NW, Room S4307 Washington, District of Columbia 20210
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL110RI20828/listing.html)
- Place of Performance
- Address: US Department of Labor, 200 Constitution Avenue, NW, Washington, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN01992722-W 20091029/091027234659-145712d451668a88b5f9682189202d3e (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 |