Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
MODIFICATION

D -- RFI for DOL/ETA Content Management Services - Q&As for RFI DOL-OPS-ETAOIT-RFI-0066

Notice Date
5/7/2015
 
Notice Type
Modification/Amendment
 
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-ETAOIT-RFI-0066
 
Archive Date
5/16/2015
 
Point of Contact
Rachel E. Johnson, Phone: 2026937969
 
E-Mail Address
Johnson.Rachel.E@dol.gov
(Johnson.Rachel.E@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Amend#2: Q&As from Interested Vendors Amend #2 (5/07/15): This is an administrative ammendment to incorporate answers to questions submitted by Interested Vendors. The deadline is NOT extended and remains Noon 12pm EST, Friday, MAY 15, 2015. See attached pdf of Amend #2 for Q&As. ----- Amend #1 (4/27/15): This is an administrative ammendment for two (2) clarification purposes only. First, the deadline for Questions concerning this RFI will be entertained through Friday, May 1, 2015 @ Noon EST. All Q&As will be posted here as a subsequent amendment. Second, the acronym "ETA" used throughout this posting stands for "Employment and Training Administration." ----- This is Sources Sought Only. The United States Department of Labor (DOL) is conducting market research to determine feasibility for a potential procurement requirement. Per FAR 52.215-3, "Request for Information," 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 Content Management Services (CMS) Capabilities hosted within a high availability FedRAMP and FISMA compliant Cloud environment. OBJECTIVE: The DOL, Office of Information Services and Technology (OIST) is seeking information on Web Content Management Services (CMS) software and the labor to support the capability. This Web CMS system will foster Standardized web content across program offices and departments allowing for end users to create and update and maintain Webpages and websites. A. The CMS system that the vendor proposed shall at a minimum be capable of below listed capabilities: • Scalable (ability to add more servers to the pool) and redundant (have failover) infrastructure • Access via any approved device from anywhere • Single point of entry for all ETA web content resources • Unified Global design Structure for all sites/sub sites. • Simple easy to use interface to update content (self service) • End to end web content management. • Secure, capable of access and content restriction • One infrastructure for all ETA's public (internet) and intranet needs • Unified search, one search to crawl through all accessible resources to display content in one result • Reduced redundancy, content can be shared between screens and focus areas • Mobile and 508 accessibility • Cloud deployable • Meet DOL Security Standards (FISMA, FedRAMP) • Provide user access configuration and management based on role and group. • Web CMS development and maintenance will be available for integration with all ETA technology products and organizations within the DOL enterprise. • ETA Web CMS Services will be a fully capable suite of Website and webpage development and maintenance.   B. The following are required outcomes of the Web Content Management Services (CMS) software and the labor: • Improve the efficiency, quality, collaboration and return on investment for ETA content management services. • Move ETA from low (custom built) to a high function Web CMS capability during the next 12 months by leveraging technology investments to provide web content access that is distributed across organizations. • Move from a fixed scalability technical approach to a dynamically scalable approach that allows us to rapidly onboard new websites to meet strategic business while providing access to an unlimited number of users CURRENT ENVIRONMENT: The CMS system capability must be capable of interfacing with the existing environment in order to eventually displace this functionality. The current Website(s) development, test and productions environment is built upon the following set of tools: Website 1: • Domain: Public facing, Internet • Operating System - Windows Server 2008 R2 • Web Tier - IIS • Application Tier - ColdFusion • COTS - ColdFusion 9, ORACLE, Google Search Appliance, Webzerve, Google Analytics • Subdomains - 3 • Number of Web pages - 12,354 • Disk space used - 52 GB Website 2: • Domain: ETA Internal, Intranet • Operating System - Windows Server 2008 R2 • Web Tier - IIS • Application Tier - ColdFusion • COTS - ColdFusion 9, ORACLE, Google Search Appliance, Webzerve, Google Analytics • Subdomains - 4 • Number of Web pages - 6,120 • Disk space used - 45 GB Website 3: • Domain: Public Facing and ETA Internal Hybrid system • Operating System - Windows Server • Web Tier - IIS • Application Tier - Sitecore • COTS - Sitecore, SQL Server • Subdomains - 53 • Number of Web pages - 5000+ • Disk space used - 375 GB WHO MAY RESPOND: All capable businesses are invited to participate, while small businesses are encouraged to respond. In order to assist the Government in determining the appropriate procurement method, including whether a set-aside is possible, please identify 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. 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: All interested parties are required to submit (1) a capability statement package and (2) statement on your submission whether you are interested in conducting a market research demonstration. (1) Capability Statement Package Requirements: 1. Shall not exceed 15 pages including a cover letter that must cite the following information: a. Response to RFI No. DOL# b. Vendor's Company Name, Address, Contact Person Information, c. Vendor's DUNS Number; and d. Business Size Standard/Classification. (2) Market Research Demonstration Details: a. Prospective vendors from the submitted responses may be contacted with the opportunity to conduct market research demonstrations that will be no more than one (1) hour in length, including 40 minutes of demonstration and 20 minutes of Q&A. b. Statement on your submission whether you are interested in conducting in a market research demonstration c. All market research demonstrations will be held at the U.S. Department of Labor at 200 Constitution Ave, Washington, D.C. 20210. The government shall provide one external internet connection that allows for access to the internet. Further details will be provided when contacted at that time. DEADLINE: The closing date for the receipt of responses is May 15, 2015 at 12:00pm (Noon) Eastern. Send your responses to Rachel E. Johnson, Contracting Officer, at the following email address: Johnson.Rachel.E@dol.gov. *** Note: The subject line of your email MUST cite: "RFI DOL-OPS-ETAOIT-RFI-0066, DOL/ETA Content Management Services." ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-OPS-ETAOIT-RFI-0066/listing.html)
 
Place of Performance
Address: 200 Constitution Ave., NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN03723508-W 20150509/150507234853-6df194d584dbc3b6dc755c0cfadccf45 (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  © 1994-2020, Loren Data Corp.