Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 16, 2015 FBO #4801
SOURCES SOUGHT

D -- Software-as-a-Service Cloud Computing for DFAS R&R - Attachment 1

Notice Date
1/14/2015
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
E2E-RFI-1
 
Archive Date
2/17/2015
 
Point of Contact
Carrie Fairbanks, Phone: 6147012753, William M Mayo, Phone: 614-701-2774
 
E-Mail Address
carrie.fairbanks@dfas.mil, william.mayo@dfas.mil
(carrie.fairbanks@dfas.mil, william.mayo@dfas.mil)
 
Small Business Set-Aside
N/A
 
Description
Creating Effective Cloud Computing Contracts for the Federal Government Defense Finance and Accounting Service (DFAS) is issuing a Sources Sought Announcement for a software-as-a-service Cloud computing service model for the DFAS Employee Rewards and Recognition Incentive Program (R&R) to determine the interest, availability and capability as described below. R&R awards allow employees to recognize their peers for a work-related achievement that benefited DFAS operations in some meaningful way. DFAS is conducting market research in compliance with Federal Acquisition Regulations, Part 10. Market research is being conducted to determine interest and capability of potential sources for this requirement under NAICS code 518210. This notice is for planning purposes only and does not obligate the Government to any contractual agreement. This is not a request for proposal. The Government does not intend to award a contract on the basis of responses, nor otherwise pay for the preparation of any information submitted, nor will respondents be notified of the review of the information received. The information obtained from this Sources Sought notice will be utilized as market research for consideration in development of the Acquisition Strategy for this requirement. The Government will not reimburse interested sources for any costs incurred in preparation of a response to this notice. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. REQUIREMENT DESCRIPTION: The purpose of this procurement is to provide a subscription service to replace the current order-fulfillment portion of the DFAS R&R program with a web-based solution from an approved DoD Cloud Provider. Scope of work consists of, but is not limited to, providing administration, oversight, program management and award fulfillment service utilizing commercial Cloud services as outlined below: • Maintain a catalog of available premiums *(see note below) with pictures, descriptions and price (in terms of the number of certificates required for exchange as determined by the agency). • Allow employees who have been granted a sufficient number of certificates to order premium items from the catalog. Maintain a "shopping cart" for items being considered for "purchase". • Consolidate all orders received, distribute premium items to their respective recipients' DFAS site support office or designated shipping/receiving dock. Distribute period will occur at least monthly. Each premium item will be packaged in a mail ready container and be labeled with a unique transaction number that will be matched to a recipient's name and location. • Process all order cancellations, changes, inquiries. *Note: Premiums are recognition items of nominal value (less than $100.00 each) that are considered tangible items of merchandise or tickets exchangeable for specific services (e.g. a particular theater performance or sporting events.) SPECIAL REQUIREMENTS: • Must be an approved DoD Cloud provider. (Reference the separately attached document, Creating Effective Cloud Computing Contracts for the Federal Government.) • Must be compliant with other Government regulations, laws, etc., including but not limited to: o Federal Risk and Authorization Management program (FedRAMP) o Section 508 of the Rehabilitation Act of 1973 o Confidential Information Protection and Statistical Efficiency Act of 2002 o National Institute of Standards & Technology (NIST) Special Publication 800-145 o Federal Records Act (FRA) o FISMA o Trade Agreements Act of 1979 o National Transfer and Advancement Act (NTTAA) o Office and Management and Budget (OMB) Circular A-119 o Federal Acquisition Regulation (FAR) o DHS National Cyber Security Division memo o Trusted Internet Connection (TIC) Initiative o ISO 27001 o DHS U.S. Computer Emergency Readiness Team guidance o Homeland Security Presidential Directive 12 (HSPD-12) o Privacy Act of 1974 o Section 208 of the E-Government Act of 2002 o Health Insurance Portability and Accountability Act (HIPAA) Privacy Rule o Internal Revenue Service code o Family Education Rights and Privacy Act o Census records o Paperwork Reduction Act o OMB Memorandum M-10-15 o Directive 95/46/EC of the European Parliament o Council of 24 October 1995 o International Trade Administration Safe Harbor agreements o Federal Rules of Civil Procedure o DOJ Office of Information Policy o Presidential Memorandum "Managing Government Records" o Records management Directive o National Archives and Records Administration (NARA) Bulletin 2010-05 o State Department document retention guidelines o Social Security Administration document retention guidelines o Department of Education document retention guidelines o Agency Computer Security Incident Handling Guide The project will consist of an initial base year plus two option years. RESPONSE DUE DATE: All responses must be received by Noon (EST), Monday February 2, 2015. Preferred delivery method for submission is via email: carrie.fairbanks@dfas.mil and carrie.e.fairbanks.civ@mail.mil. (Note: DFAS will be migrating to the DoD Enterprise Email System in January 2015. Please use both email addresses provided to ensure your response is received during this migration period.) INSTRUCTIONS FOR RESPONSE SUBMISSION: DFAS is seeking responses from all responsible sources. Interested respondents should submit a brief capabilities statement package clearly demonstrating the firm's ability to perform the services listed. A generic capability statement is not acceptable. At a minimum, the package shall address the following: 1. Firm name, address, e-mail, telephone and fax numbers 2. Small business certification - 8(a), HubZone, Service Disabled Veteran or Women-owned, etc. 3. Applicable contract vehicles (i.e. DOC, GSA, NASA SEWP) available for Government-wide use. 4. Past Experience - describe your experience demonstrating a minimum of three (3) years experience providing a rewards and recognition software-as-a-service Cloud computing (private) model for the Federal Government and/or Department of Defense Agency. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein. 5. DoD Approved Cloud Provider- submit documentation regarding DoD Cloud Provider status and thorough understanding of the separately attached document, Creating Effective Cloud Computing Contracts for the Federal Government, addressing the ten areas that require collaboration and alignment during the contract formation process. 6. Your firms Data Universal Numbering System (DUNS) 7. System for Award Management (SAM) registered NAICS Codes. 8. Include any other relevant information that is not listed above, which the Government should consider in developing its minimum specifications and finalizing its market research. Respondents shall provide a full description of their capability to meet the anticipated requirement. Feedback on this requirement is encouraged. Vendors are encouraged to provide estimated costs or pricing information for the services, which they can provide, within their response. ADDITIONAL DISCLOSURES: This notice is for information purposes only and is not a request to be placed on a solicitation mailing list, nor is it a Request for Proposal (RFP) or an announcement of a solicitation. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. QUESTIONS AND INQUIRIES: All questions and inquiries concerning any aspect of this announcement must be submitted in writing to carrie.fairbanks@dfas.mil and carrie.e.fairbanks.civ@mail.mil for clarification sufficiently in advance of the response deadline. Telephone requests will not be honored. The Government's response to inquiries will be made in writing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/E2E-RFI-1/listing.html)
 
Place of Performance
Address: Defense Finance and Accounting Service, Indianapolis, Indiana, United States
 
Record
SN03616350-W 20150116/150114234601-ca315e5654527b6becd539b453ed0bf7 (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.