Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2016 FBO #5187
SOURCES SOUGHT

D -- RFI for Contract Writing Software and Associated Support - RFI for Contract Writing Software and Associated Support

Notice Date
2/3/2016
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Overseas Private Investment Corporation, Contracts and Administrative Services, Contracts and Administrative Services, 1100 New York Ave, NW, Washington, District of Columbia, 20527
 
ZIP Code
20527
 
Solicitation Number
OPICRFI0001-16
 
Point of Contact
George Sullivan, , George Sullivan, Phone: 2023368495
 
E-Mail Address
george.sullivan@opic.gov, george.sullivan@opic.gov
(george.sullivan@opic.gov, george.sullivan@opic.gov)
 
Small Business Set-Aside
N/A
 
Description
Word format soft copy of RFI document Overseas Private Investment Corporation (OPIC) Request for Information (RFI) for Contract Writing Software and Associated Support General Information: Document Type: RFI RFI Number: OPIC RFI 0001-16 Posted Date: 03 February 2016 Response Date: 17 February 2016 NAICS Code: 541513 I. Description / Purpose: 1.OPIC seeks to identify sources available through the GSA eBuy Multiple Award Schedule 70, NASA SWEP and FedBizOpps for the acquisition of federal government contract writing software and associated software support. Companies that have provided federal government contract writing software and support are highly encouraged to respond to this RFI. Companies that have no history providing federal government contract writing software and support should not respond. OPIC is not limiting this procurement to only small business but is looking for the best value contract writing solution. 2.OPIC is issuing this RFI for market research purposes only. II. White Paper Content: Interested industry respondents are requested to provide a White Paper that answers the following questions: 1.What is the respondent's history of providing contract writing software and support, and is the respondent currently able to perform this work either free of Organizational Conflict of Interest (OCI) or after submitting an acceptable OCI mitigation plan? 2.Respondents shall detail how long it would take to migrate from Comprizon to their software suites (unless they intend to propose using Comprizon) and train OPIC staff in the use of their software. 3.Respondents shall indicate whether their software is compatible with Oracle E-Business Suite, version 12.1.3 and allows the creation of CLINs and SLINs (e.g. 000101 and 0001AA) in Oracle E-Business Suite, version 12.1.3. 4.Respondents shall indicate whether the software would have to be used by anyone outside of the contracting office (e.g. finance) and how it will integrate with financial management systems to record obligations, contract award, etc. 5.Respondents shall indicate whether the software is designed to integrate automatically with automated reporting systems (e.g. FPDS-NG). 6.Respondents shall indicate whether the software elects contract clauses using clause logic, and provides the full text and prescription of each clause for easy review. 7.Respondents shall indicate whether the software is capable of automatically generating a whole solicitation, model contract, draft contract and/or awarded contract, including the SF 30, Sections B-M (or B-J, as applicable) and incorporating all attachments and exhibits as part of the assembled and generated document 8.Respondent shall indicate whether the software has a comprehensive integrity or error check tool and detail what functions this tool performs and for what errors it checks. 9.Respondents shall indicate whether the software can generate a conformed copy of the contract or task order, to incorporate the latest versions of all attachments and the changes made by all contract modifications to date. 10.Respondents shall indicate whether the software can generate comprehensive reports and has a tracking tool that can, for example, summarize the status of all organization contract actions, how long those actions have been in their current status and how long they spent in earlier acquisition timeline status, which contracts have Periods of Performance approaching their end date and option notice and exercise dates approaching. Respondents shall provide a list of all reporting and tracking functions their software provides. 11.OPIC has four contracting officers and three contracting specialist and handles approximately 300 contract actions involving the obligation of $25,000,000 per year. Please provide a rough order of magnitude price for providing contract writing software (including regular upgrades and updates) and related support for an office having these demands on its system. Answers (even if in the negative) to all questions above are required. Negative replies to one or more of the above questions will not automatically rule a respondent as incapable but instead will be considered as part of a holistic review of the current marketplace for contract writing software and support. OPIC will consider a response that does not include an answer to one or more of the above questions as non-responsive. OPIC reserves the sole discretion to either follow up with a non-responsive submitter to request correction or clarification or to completely disregard the RFI submission as non-responsive. III. Questions or clarifications: All questions, deadline extension requests and requested clarifications related to this RFI shall be sent to the primary POC listed in Section VIII below no later than 1700 EST, 10 Feb 2016. IV. Small Business Consideration: The Small Business size standard is $27.5M in annual revenues. Responses from small business and small, disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, HUBZone, historically black colleges, and minority institutions. V. White Paper Classification: Respondents shall provide an unclassified response to this RFI, with a sensitivity level not to exceed For Official Use Only (FOUO). Respondents must indicate whether their responses contain proprietary information if the respondents wish for the responses to be handled as such. VI. White Paper Format: Responses shall not exceed five (5) pages. Page size shall be 8.5 x 11; font size shall be 12 pt; margins shall be no less than 1 inch per side. The White Paper cover page and table of contents pages will not count against the page limit. The cover page must indicate clearly that the response is related to the OPIC RFI 0001-16. The Government will not accept generic company literature or marketing materials as a response to this RFI. VII. Response Due Date: 17:00pm EST, 17 Feb 2016. VIII. Submission Instructions: Submit an electronic copy of the white paper in either PDF format or Microsoft Word format to the primary POC and Contracting Officer, George Sullivan, at george.sullivan@opic.gov by the Response Due Date. Hard copy responses will not be accepted. Respondents must use the following template for their e-mail subject line: OPIC RFI 0001-16 response from (insert name of responding company). IX. DECLARATION: This RFI is not a formal solicitation or RFQ. The Government does not intend to award a contract on the basis of this RFI, or to otherwise pay for the information solicited herein. Responses will be used by the Government for informational purposes as part of its acquisition planning.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/OPIC/CAS/CAS/OPICRFI0001-16/listing.html)
 
Place of Performance
Address: 1100 New York Avenue, Washington, District of Columbia, 20527, United States
Zip Code: 20527
 
Record
SN04009203-W 20160205/160203234717-17663481392044130336f42ae892e264 (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.