SOURCES SOUGHT
R -- Scanning, Indexing, Retrieval, Tracking and Storage Services
- Notice Date
- 3/26/2010
- Notice Type
- Sources Sought
- NAICS
- 561439
— Other Business Service Centers (including Copy Shops)
- Contracting Office
- Department of the Treasury, Departmental Offices/Procurement Services Division (DO/PSD), Procurement Services Division (PSD), 1425 New York Avenue, Suite 2100, Washington, District of Columbia, 20220
- ZIP Code
- 20220
- Solicitation Number
- 10-OPNS-02
- Point of Contact
- Tammy R McLeod, Phone: (202) 622-3862
- E-Mail Address
-
tammy.mcleod@do.treas.gov
(tammy.mcleod@do.treas.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The Department of the Treasury (Treasury), Departmental Offices (DO), Procurement Services Division (PSD) is conducting market research to determine potential small business concerns that can provide scanning, indexing, retrieval, tracking and storage services on an Imaging, Digitizing, Tracking and Secure Storage System (herein known as “System”). THIS IS NOT A REQUEST FOR PROPOSAL (RFP). Treasury may seek proposals in the near future and will not accept unsolicited proposals at this time. It is anticipated that an Indefinite Delivery, Indefinite Quantity (IDIQ) contract will be awarded for one (1) base year and two (2) Option Years. This notice does not commit the Government to contract for any supply or service and participation does not imply any obligation on the part of the Government. Small business concerns are advised that the Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at responder’s expense. Not responding to this notice does not preclude participation in any future RFP if issued. Interested small business concerns shall submit a capability statement describing their ability to provide scanning, indexing, retrieval, tracking and storage services. The small business concern shall also address whether their System is compliant with each of the criteria in Item 2., (a. through o.). In addition, the small business concern shall address in their capability statement whether their System software has each of the characteristics listed in Item 3. (a. through h.) below. The small business concern shall also provide two references (Agency/Business name, contact person, address, phone number and e-mail address) for which they have performed scanning, indexing, retrieval, tracking and storage services on their System. A description of the work performed shall also be included with each of the references. The description shall include the type of work performed, size and scope of work performed and length of performance. The capability statement shall be no more than fifteen (15) written pages in no smaller than 12 font (pitch). Additional pages beyond the fifteen (15) page requirement will not be reviewed. Standard brochures will not be considered. No additional information beyond the capability statement will be reviewed or considered. Small business concerns shall include in their capability statement their small business status, (i.e. Woman-owned, 8(a) Program, Service Disabled Veteran-Owned, HUBZone, Small Disadvantaged Business, Veteran-owned, etc.). The small business concern shall be capable of providing the following services. 1. DESCRIPTION: Provide Imaging, Digitizing, Tracking and Secure Storage System that includes scanning, indexing, retrieval, tracking and storage services. Vendor should be capable of providing digitization services both on and off-site. Services will be necessary for all media types and various IT platforms. 2. The System shall be in compliance with the following: a. NARA Bulletin 2008-07 b. DOD 5015.2 V.3 Ch 2, 3, and 4 c. Medium/Formats Accepted by the National Archives for Permanent Records d. Section 508 Compliant e. FISMA, NIST 800-53, 800-59, 800-60, FIPS 199 and FIPS 200 f. Data Protection and IT Security g. Security Standards and Regulations h. Privacy Act Protected Images and Data i. IT Security Resources j. Security, Technology and Data Elements Changes k. Continuity of Operations Planning l. Ownership Rights m. Audit Requirements n. Computer Operating Environments o. ISO 15489 (Records Management Standards) 3. The software shall have the following characteristics: a. OCR capability b. Metadata (must have the ability to add and modify the file/record) c. Section 508 compliance (ability to be read by screen reader – images tagged, tables OCR searchable or by cell) d. Product outputs formats – OCR PDF and SML and TIFF/raw e. OCR corrector such as Abby or similar f. PDF and SML compressed searchable files OCRed for internet access g. Desirable EPub h. Usable copies OCR ready for internet access in multiple formats (PDF and SML compressed) and a preservation copy which will be kept at a different site. 4. The contractor shall provide remote storage of data, maintenance of hardware and security of government information. Data shall be secured on servers solely located within the United States and at least 350 miles outside of Washington, DC metropolitan area. For purposes of this Sources Sought Announcement, the small business size standard is $7.0M and the North American Industry Classification System (NAICS) Code is 561439. Interested parties shall submit an electronic copy of their capability statement via e-mail to Tammy McLeod at Tammy.McLeod@do.treas.gov or mail or hand carry the capability statement to the following address: Department of the Treasury, 1425 New York Avenue, NW, 2nd Floor, Suite 2100, ATTN: Tammy McLeod, Washington, DC 20220. All capability statements must be received by 12:00 p.m. EST on Monday, April 5, 2010. Statements received after this date and time will not be reviewed. All questions concerning this Sources Sought Announcement must be submitted via e-mail to Tammy.McLeod@do.treas.gov. No contract will be awarded on the basis of capability statements received in response to this Sources Sought Announcement. No feedback or evaluations will be provided to companies regarding their individual capability statement. The information requested by this Sources Sought Announcement will be used within the Department of the Treasury to facilitate decision-making and will not be disclosed outside the agency. Telephone requests or inquiries will not be accepted
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/DOPSD/PSD/10-OPNS-02/listing.html)
- Place of Performance
- Address: Department of the Treasury, 1500 Pennsylvania Avenue, NW, Washington, District of Columbia, 20220, United States
- Zip Code: 20220
- Zip Code: 20220
- Record
- SN02104205-W 20100328/100326235300-abc81cbe73049cf30fd1b309f6bd194b (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 |