SOURCES SOUGHT
D -- IT Application Development Support Services - Draft SOW - Attachment A
- Notice Date
- 1/31/2013
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Labor, Bureau of Labor Statistics, Procurement and Property Management, 2 Massachusetts Avenue, NE, Room 1830, Washington, District of Columbia, 20212
- ZIP Code
- 20212
- Solicitation Number
- BLS-ApplicationDevelopment
- Archive Date
- 2/28/2013
- Point of Contact
- Michael V. DeAngelis,
- E-Mail Address
-
DeAngelis.Michael@bls.gov
(DeAngelis.Michael@bls.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment A Draft Statement of Work This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations, and in no way obligates the Government to award a contract. The purpose of this notice is to obtain information for planning purposes regarding: (1) the availability and capability of potential sources that can provide the required services described in the attached Statement of Work, and (2) the size classification of the available and potential sources relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. The NAICS code for this planned acquisition is 541511 - Custom Computer Programming Services. In accordance with FAR 8.4, BLS intends to establish a BPA with a GSA Schedule 70 Contract holder. Your response to the information requested will assist the Bureau of Labor Statistics (BLS) in planning the appropriate acquisition strategy. Background: The BLS of the U.S. Department of Labor is the principal Federal agency responsible for measuring labor market activity, working conditions, and price changes in the economy. Its mission is to collect, analyze, and disseminate essential economic information to support public and private decision making. As an independent statistical agency, BLS serves its diverse user communities by providing products and services that are objective, timely, accurate, and relevant. The Office of Management and Budget (OMB) has designated several of BLS's indexes as Principal Federal Economic Indicators (PFEIs). BLS requires highly qualified technical support staff to perform on a number of tasks supporting the Bureau's mission to produce timely, accurate, and relevant economic statistics. To successfully meet this goal, the BLS develops, implements, and supports statistical application production systems. These systems rely upon the BLS computing environment which consists of Local Area Networks (LANs), a Wide Area Network (WAN), UNIX-based database and computational servers, Windows servers, mainframe processors, personal computers, Tablet PCs, and associated networked communications facilities. The BLS requires support for its computing environment and statistical application production systems. Response Information: In Order for BLS to asses a firm's capability, firms must submit a response that provides enough detail to indicate that it can provide the services that meet the requirements. 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 BLS. With your response, please include: a. DUNS number b. Company Name c. Company Address d. Current GSA Schedules (if applicable) appropriate to this notice e. Type of Company (i.e. large business, small business, small disadvantaged, women owned, HUBZone, and Service Disabled) as validated via the Central Contractor Registration f. Company point of contact, phone and email address g. A written demonstration of expertise and experience as outlined under the required services items 1-16 below. All items should be addressed. The response should be specific as to the project and customer, scale of effort, and result of the project (not to exceed ten (10) pages). Required Services: Technical: 1.Demonstrate experience designing, analyzing, and/or developing n-tier, web-based, and mainframe systems, including, but not limited to: utilizing Java, JSP,VB.net, PowerBuilder, SAS, SQL. 2.Demonstrate experience in modifying, implementing, testing, maintaining, and supporting n-tier, web-based, and mainframe systems. 3.Demonstrate experience with engineering and application architecture associated with network and computer environments. 4.Demonstrate experience in supporting database design, development, implementation, monitoring, enhancement, and improving the performance of delivered systems which include Oracle and Sybase databases. 5.Demonstrate experience supporting Web site design (graphics, page layout, and site navigation, including search technologies), development, implementation, and monitoring; enhancing and improving the performance of delivered systems. 6.Demonstrate experience providing on-site or over-the-phone system support. 7.Demonstrate experience assisting with the interoperations of network components and application-level software, Internet/Intranet sites, and Web page development. 8.Demonstrate experience in producing requirements analysis work products for systems such as Use Cases and Use Case Survey's for IT systems under development. 9.Demonstrate experience in developing test cases and test scripts to perform acceptance and integration testing. 10.Demonstrate experience performing quality assurance/acceptance testing. 11.Demonstrate experience providing various technical or data entry support services. 12.Demonstrate experience in developing, modifying, proofing, or otherwise supporting procedures and documentation needs of IT investments, including, but not limited to: Capital Planning and Investment Control (CPIC), System Development Life Cycle (SDLC), Rational Unified Process (RUP), Earned Value Management (EVM), Federal Enterprise Architecture (FEA), and OMB Exhibit 300 Capital Asset Plan and Business Case. 13. Please complete Attachment A Security: 14.Demonstrate experience with providing Information Technology security support, including: a.Risk Assessment techniques, including Threat Trees, etc., b.Compartmentalization by means of logical and code boundaries, etc., c.Layered security controls, d.Data Protection by means of access control, validity checking, and integration checking, e.Traceability through documentation, f.Error checking, g.Testing. Operational: 15.BLS estimates that approximately 200 people will be needed to support this requirement. Vendors must provide demonstrated experience in staffing 200 personnel to fulfill the initial requirement and vacancies throughout the life of the contract; also include the time it took to fill vacancies. 16.Provide demonstrated experience in administering and managing contract staff of this scale on a Government site. Response Submission: All responses must be submitted in an electronic form via e-mail to the Contracting Officer, Michael DeAngelis, at DeAngelis.Michael@bls.gov no later than February 13, 2013 at 12:00 pm. Responses shall be clearly marked "RFI BLS-Application Development" in the subject line of the e-mail. Responses will not be accepted after the due date. Responses must not exceed ten (10) pages. Faxed information will not be considered. BLS will not accept phone calls regarding this notice. BLS will not return any information submitted in response to this notice. No reimbursement will be made for any costs associated with your submittal. Information received will be used in BLS's market research effort and for procurement planning purposes. This notice is not to be construed as a commitment by BLS. The Government reserves the right to contact, or not to contact, any party responding to this notice in order to obtain further information for market research purposes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/BLS/WashingtonDC/BLS-ApplicationDevelopment/listing.html)
- Place of Performance
- Address: 2 Massachusetts Ave NE, Washington, District of Columbia, 20212, United States
- Zip Code: 20212
- Zip Code: 20212
- Record
- SN02977300-W 20130202/130131234951-c02ceb42190c801e1cae1699752fc585 (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 |