Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2013 FBO #4099
SOLICITATION NOTICE

70 -- USAC Request for Information: SharePoint Upgrade Migration Tool

Notice Date
2/11/2013
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Federal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW, Washington, District of Columbia, 20554, United States
 
ZIP Code
20554
 
Solicitation Number
USAC-IT-2013-2-08
 
Archive Date
3/9/2013
 
Point of Contact
Aaron Hamm, Phone: 202-776-0200
 
E-Mail Address
ahamm@usac.org
(ahamm@usac.org)
 
Small Business Set-Aside
N/A
 
Description
Base Notice: USAC Request for Information: SharePoint Upgrade Migration Tool - USAC-IT-2013-2-08 INTRODUCTION The Universal Service Administrative Company (USAC) is requesting information from software publishers, NAICS code 511210, capable of providing the services set forth herein inclusive of small businesses, including disadvantaged, woman-owned, HUB-zone, veteran-owned, and service-disabled, veteran-owned small businesses, (collectively, "small businesses"). The Federal Communications Commission (Commission or FCC) appointed USAC the administrator of the Universal Service Fund (USF) and the universal service support mechanisms - High Cost (HC Program); Low Income (LI Program); Rural Health Care (RHC Program), including its pilot program; and Schools and Libraries (SL Program), also referred to as E-rate, as set forth in Title 47, Part 54, Section 701 of the Code of Federal Regulations. USAC administers, subject to FCC regulations, directives and oversight, the USF and the Programs. This request for information (RFI) pertains to a future requirement for a tool that will enable USAC to migrate from SharePoint 2007 (WSS 3.0) to SharePoint 2010/2013. USAC may conduct a competitive procurement to contract with a software publishing vendor that will recommend/implement a solution that will allow USAC to migrate from SharePoint 2007 (WSS 3.0) to SharePoint 2010/2013. USAC desires a commercial off-the-shelf (COTS)-based solution that requires little to no customizations that USAC will maintain and operate after deployment. USAC contemplates awarding a single firm-fixed-price contract for one year with options of up to two and three-year durations. USAC will use also the information received in response to this RFI to determine the potential for small business participation in the competition for this contract. USAC is not a federal agency, a government corporation, a government controlled corporation or other establishment in the Executive Branch of the United States Government. USAC is not a contractor to the Federal Government. The contract awarded as a result of the RFP will not be a subcontract under a Federal prime contract. However, USAC conducts its procurements in accordance with the terms of a Memorandum of Understanding with the FCC, which requires USAC, as a general matter, to apply designated provisions of the Federal Acquisition Regulations (FAR), including requirements for full and open competition. SCOPE OF SERVICES The migration tool solution should include, but is not limited to the following primary functions: 1) Migrate individual sub-sites, lists, libraries one at a time, as they are ready to be migrated. 2) Migrate components as frequently as necessary until the migration is error-free to our satisfaction. 3) Synchronize migrated components with the original server until we are ready for end users to use the newer version. 4) Migrate the contents of custom applications (including those built by the web team as well as the "Fab 40" application templates distributed by Microsoft but NOT supported in 2010 / 2013) while leaving out the incompatible parts, allowing us to recreate the functionality if we desire without losing the content 5) Migrate workflows created by SharePoint Designer along with the lists with which they are associated 6) Rename components during migration 7) Split large sites into multiple smaller sites, or combine small sites into single sites, or even split our single farm into multiple farms if desired 8) Have some sites live on the new server, and some sites live on the old server 9) The product (either included in the tool or related) will allow us to move content, sites, webparts, workflows, and other components from Development to Test to Production. 10) The product should also moving content between libraries, lists, and sites, without changing the "last modified date" or "modified by" fields. Changes and moves can be scheduled. MINIMUM REQUIREMENTS TO BE MET Firm must demonstrate experience in providing a similar migration tool solutions supporting a medium sized company. Firms must be capable of providing resources suitable to the level of effort required to complete all work efficiently, accurately and within the time required. Firms must have a satisfactory record of past performance in assignments of similar scope and complexity. Firms must not be barred from receiving federal government contracts. DESCRIPTION OF YOUR FIRM Please briefly describe your firm's ability to meet the needs of this future procurement. Your description should include: Your overall experience in performing services similar to those identified in this RFI; Your resources for meeting the staffing requirements for the services described above; Your experience in designing and implementing solutions to support the full life cycle as described in scope of services section above; and List of contracts in previous three years conducting similar services specifying the solution provided, the scope of business processes implemented, the implementation phases, level of effort, duration of the implementation, the COTS products used, and any custom software developed in the solution. Provide the total dollar value of the contract and the dollar value details for each of these subareas: COTS licenses purchased (indicating the number of users), COTS implementation/configuration services, custom software developed, hardware purchased, and hosting services. Identify whether your firm is a small business (e.g., small business, small disadvantaged, small woman-owned, small HUB-zone, small veteran-owned, or service-disabled veteran-owned businesses); and Your average annual revenues for the past three years. GENERAL This announcement is for information purposes only. This announcement shall not be construed as a commitment by USAC. This is not a request for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with the provision of the information requested in response to this announcement. Respondents will not be notified of the results of any evaluation. This is a Request for Information (RFI) only. Responses to the RFI should be emailed to Aaron Hamm at ahamm@usac.org no later than 5:00pm Eastern Time on February 22, 2013. Submissions received after this date and time may be reviewed but may not be considered in contract planning or in the creation of a solicitation. Failure to respond to this RFI does not preclude participation in any future competition for this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/USAC-IT-2013-2-08/listing.html)
 
Place of Performance
Address: 2000 L Street, NW, Suite 200, Washington, District of Columbia, 20036, United States
Zip Code: 20036
 
Record
SN02985226-W 20130213/130211234745-f5c478798338c4af28175d6689bcc5fd (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.