SOURCES SOUGHT
D -- BUSINESS PROCESS MODEL (BPM) SOFTWARE
- Notice Date
- 7/25/2014
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL-OPS-14-N-00005
- Point of Contact
- Miriam J. Holst,
- E-Mail Address
-
holst.miriam.j@dol.gov
(holst.miriam.j@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS: The United States Department of Labor (DOL) is conducting market research to determine feasibility for a potential 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 a Business Process Model system. The North American Industry Classification System (NAICS) code for this request is 541519 - Other Computer Related Services. OBJECTIVE: The DOL, Office of Information Services and Technology (OIST) is seeking information on Business Process Model software. This system will foster a paperless online approach to information management and should offer a process-based service-oriented architecture with robust workflow management tools to support custom data model creation, requirements management, project planning, dynamic tasking, and QA testing in an agile and collaborative environment. At a minimum, the product must be Cloud deployable, provide user access configuration and management based on role and group, and include the following capacities: • Workflow and process definition and management, • Automation and control of rules, alerts, and notifications and mobile technology support, • Online GUI form and report design with user definition of validations and calculations, • User-defined database query, • Business Intelligence and user-designed reporting with tractability features, • Collaborative case management with documentation, • Environmental scanning and auditing tools, and • Dynamic technology and web services integration. The product should offer large data storage capacity and be scalable to serve 30,000 users, with a minimum usage by 1,000 concurrent users. It should be ISO 900X compliant and employ up-to-date industry BPM credentials including, but not limited to, XPDL, BPML, BPEL, UML, BPMN, and BPDM. It should be compatible with Oracle 11g and capable of running on Windows Servers; installed locally or SaaS; Unix, Linux, and Windows OS environment deployment; and support one or more of the following protocols: JDBC, SOAP 1.1 and 1.2, XPATH, XML, SQLWS, J2EE, and EJB protocols. The product must meet all applicable federal standards and compliances, including 508 compliance and Department of Labor Security Requirements, and, if deployed as a Cloud solution, must be FedRAMP compliant. WHO MAY RESPOND: All capable businesses are invited to participate, while SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. Please include whether or not you 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 procurement method, including whether a set-aside is possible. The North American Industry Classification System (NAICS) code for this request is 541519 - Other Computer Related Services. The small business size standard is $25 million. INSTRUCTIONS: In accordance with FAR 4.1102, all prospective contractors shall be registered in the System for Award Management (SAM) database prior to award or agreement. The website for registration is www.sam.gov. All interested parties are required to submit a capability statement package that shall not exceed 10 pages including a cover letter that must cite the following information: 1. Response to RFI No. DOL...., 2. Vendor's Company Name, Address, Contact Person Information, 3. Vendor's DUNS Number; and 4. Business Size Standard/Classification. The closing date for the receipt of responses is August 4, 2014, at 3:00 p.m. Eastern. Send your responses to Miriam Holst, Contract Specialist, at the following e-mail address: holst.miriam.j@dol.gov. The subject line of your email response must cite RFI No. DOL-OPS-14-N-00005, Business Process Model Software. The Government reserves the right to compete any acquisition resulting from this survey among small businesses or to make award to an 8(a) firm, based on the responses received. The 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-OPS-14-N-00005/listing.html)
- Place of Performance
- Address: U.S. Department of Labor, 200 Constitution Avenue, NW, Washington, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN03438164-W 20140727/140725234642-2d17e27dab0b6e7e096bf044f80f3fa9 (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 |