SPECIAL NOTICE
D -- Web-to-ePrint Software Solution
- Notice Date
- 11/24/2009
- Notice Type
- Special Notice
- NAICS
- 334611
— Software Reproducing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DES Contracting Services Office Philadelphia, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096
- ZIP Code
- 19111-5096
- Solicitation Number
- SP470110R0003
- Archive Date
- 12/22/2009
- Point of Contact
- Rosetta M. Jackson, Phone: 215-737-2200, Joseph Tierney, Phone: 215-737-2715
- E-Mail Address
-
rosetta.jackson@dla.mil, joseph.tierney@dla.mil
(rosetta.jackson@dla.mil, joseph.tierney@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI) is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a Request for Proposals (RFP). The Government does not intend to pay for any information furnished pursuant to this RFI. The Defense Contracting Service Office (Philadelphia) (DCSO-P) seeks your expression of interest and any suggestions regarding DCSO’s desire to establish service support of software/maintenance commercial-off-the-shelf product/solution for Document Automation and Production Service (DAPS) stations worldwide. This prospective initiative will encompass a next-generation, web-based order management and print workflow solution. The delivery model that best fits DAPS needs is licensed software. Commercial-off-the-Shelf (COTS) is the preferred products. This solution gives ownership and operation of the solution to the Government. Common industry terminologies used to describe similar systems are print e-business and web to print. The goal is to obtain information from vendors who can provide DAPS with innovative, cost-effective, reliable, state-of-the-art solutions and industry capabilities that would fulfill its requirements which are currently being satisfied by the existing solution called DAPS On-Line. DOL is a homegrown application developed using IT services offered through government contracts. A detailed functional, workflow and architectural description of DAPS Online solutions is explained later in this paragraph. DAPS Online is in the sustainment phase of its program life cycle. Yearly evaluation of the technology market resulted in the conclusion that many web to print vendors were able to offer licensed products that would exceed the existing inhouse functionality at an affordable cost of entry. DAPS and DAPS customers are satisfied with the functionality provided in the present DOL system. However, we are seeking all vendors who can provide a COTS solution that meets the existing functionality and provides additional capabilities with their out of box solution. The government realizes, due to our unique requirements, that there will be some RICE items (reports, interfaces, conversions and extensions). These are expected to be minimal..DAPS Online is the primary online tool for customers to access DAPS services. This tool was home-grown and has evolved over the past 11 years. Home-grown is used to describe a system that was developed using a Government contractor based on government requirements. Its origin as a client/server was migrated to a web application in 1998 as internet use became common place. The original tool intent was to provide a means by which customer’s anywhere can submit their print documents electronically to a DAPS facility anywhere. Additional functionality was added as usage increased and dependency on the system grew. The DAPS Online business model changed and expanded into new business areas. The simple job submission tool now offers new services to customers such as “soft proofing” while expanding in house utilization by offering workflow for the production plant, and it supplements our financial system with job level Management Information System reports and data. DAPS Online is a web-based, e-commerce print solution consisting of a customer order, accounting, plant workflow and reports/management modules. The architecture is a single server comprised of the Operating System, web service application, and database and Java application. Each regional DAPS Office (10 regional office) maintains their own DOL server. Therefore, the enterprise configuration includes 11 independent web servers located at the following DAPS regional office sites: Pearl Harbor, HI; Jacksonville, FL; Norfolk, VA; Philadelphia, PA; Oklahoma City, OK; San Diego, CA; Great Lakes, IL; Pensacola, FL; Bangor, WA; and Wiesbaden, Germany. Each of these servers supports 3,000 to 4,000 customers within their geographical area. Each server supports 12-20 subordinate print plants that access the submitted orders through their PC internet browser (Microsoft Internet Explorer (IE) 6.0 and higher). Functionality being requested includes a licensed COTS solution that is scalable and can provide a retail storefront that is customizable for adhoc users, and a catalog system for specific users, browser-based file submission, kitting, job ticketing, job review, job tracking, approval workflow, split shipping, imposition, API for financial interface, live price quoting, browser-based plant user control, template creation, form filling, and production workflow. This is not an all exclusive. The following web site provides details on each regional office and the facilities they manage: http://www.daps.dla.mil/Contact/RegionalOffices.aspx. DOL is built on Microsoft Windows 2000/2003 Advanced Server, Apache/Tomcat, MS (Structured Query Language) SQL and Java technology. The solution is a single server configuration; therefore the SQL database and web application reside on the same server. All the DOL servers reside on the DLA enterprise network (ETN), inside the Non-classified Internet Protocol Router Network (NIPRnet). Customers and DAPS Plant users access their DOL server from various network environments. DOL customers are from the.gov,.mil, and.com environments. The Government seeks information on vendors’ capabilities and ideas for replacing the DAPS current DAPS Online system with a COTS web to print product. The vendor survey can be obtained by email. Please send email responses to rosetta.jackson@dla.mil and the market survey questions will be forwarded via email. Each contract entered into under this prospective program will include maintenance requirements. We anticipate the use of Electronic Commerce. The type of contract contemplated for this program is a fixed price contract with one year base and (3) one year options. Topics that vendors may wish to address include, but are not limited to: infrastructure for printing and print-related services, software tools the feasibility and cost-effectiveness of such an initiative; demand models/usage monitoring and replenishment; vendor capabilities. Submittals cannot exceed 7 pages. The Government desires to formulate a Request for Proposal using Federal Acquisition Regulation (FAR), subpart 13.5 Test Program for certain commercial items. Award will be made using best value procedures. When reviewing proposals Technical will be considered more important than Price in the source selection decision. The Contractor will deliver products which will conform to the requirements of the Performance Work Statement (PWS), provisions, and will comply with any Department of Defense (DoD) Authorization Act or Appropriation Act restrictions, when applicable, as set forth in Part 225 of the Defense Federal Acquisition Regulation Supplement (DFARS 225). Responses to this RFI that indicate that the information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only. However, DSCO’s intent is to develop an RFP from the aggregate of the information provided from industry as a whole. Please provide written responses by close of business December 7, 2009 to the following address: Defense Contracting Service Office-Philadelphia ATTN: Rosetta Jackson (DCSO-P-J-6) 26S-9042 700 Robbins Avenue Philadelphia, PA 19111 rosetta.jackson@dla.mil All responses must reference RFI SP470110R0003. Email responses are authorized. A point of Contact (POC) for this RFI is as follow: Rosetta Jackson, Contract Specialist: E-Mail: rosetta.jackson@dla.mil, Telephone: (215) 737-2200.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-PB/SP470110R0003/listing.html)
- Place of Performance
- Address: Jacksonville, Florida, United States
- Record
- SN02010309-W 20091126/091124234911-4772dc1b12440b74f5b6e886cbb9126e (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 |