SOURCES SOUGHT
70 -- Workers Compensation Claims Management System (WCCMS)
- Notice Date
- 5/18/2016
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Homeland Security, Citizenship & Immigration Services, USCIS Contracting Office, 70 Kimball Avenue, Burlington, Vermont, 05403
- ZIP Code
- 05403
- Solicitation Number
- WCCMSFY16-Re-compete
- Archive Date
- 6/10/2016
- Point of Contact
- Tiffany Vezina, Phone: 8028724535, Dale Allen, Phone: 8028724548
- E-Mail Address
-
tiffany.n.vezina@uscis.dhs.gov, dale.allen@uscis.dhs.gov
(tiffany.n.vezina@uscis.dhs.gov, dale.allen@uscis.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Notice Type: Sources Sought Synopsis: NAICS Code 512110 1PURPOSE USCIS desires to purchase; commercial, non-developmental software, or commercial software that could be modified to meet USCIS requirements for a workers compensation case management system. USCIS desires also to know to what extent USCIS would need to modify USCIS requirements to meet commercially available software specifications. This synopsis is for informational and planning purposes and is not to be construed as a solicitation or a commitment to issue a solicitation. It is issued for the purpose of conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to determine industry capabilities, including those of small businesses, to meet the Government's requirement. 2BACKGROUND The USCIS Office of Human Capital and Training (HCT), provides oversight and management for the overall USCIS Workers' Compensation Program (WCP). Currently, the processing, analyzing, compiling, and generating of reports is performed manually. 3OBJECTIVES USCIS desires a web-based case management system to identify and track trends, make an analysis of workplace injuries and illnesses, conduct effective case management, and generate reports for the Department of Homeland Security and USCIS Senior Management annual reporting requirements. In addition, any proposed case management system would need to interface with the Department of Labor (DOL) and comply with all USCIS security requirements. 4SCOPE USCIS contemplates purchasing six tasks using a fixed price contract as follows: TaskDescription 1 Provide COTS (commercial off the shelf product) 2 Install COTS software 3 Implementation of COTS software 4 Train USCIS Personnel 5 Project management 6Maintenance and Support 7Establishing connectivity with DOL The USCIS Workers' Compensation Program requires a software package to track and manage all stages of the workers compensation program claims process. The WCP application must have the capability to accommodate at least 50 concurrent users. Options for additional users may be purchased. Designated USCIS WCP personnel, supervisors, and injured employees will be the primary users of this system. The software application must have the capability to submit and receive claim data from the Department of Labor (DOL) and interface with the National Finance Center Payroll and Processing Center. The vendor must have the capability to support file format requirements and connectivity as mandated by the DOL. In addition the vendor must have the ability to support all USCIS security logon and other security requirements. USCIS desires a system that offers a case management feature that will allow USCIS worker compensation personnel access to real-time injury/illness claim data specific to their location for purposes of: •compiling and generating reports to improve business Performance and to meet annual reporting requirements, •identifying and tracking trends to make an analysis of workplace injuries and illnesses, •providing status on day-to-day activity to allow effective case management, and •allowing the WCP Manager access to USCIS-wide claims data to allow program oversight Additional Requirements and Capabilities: •The government will require that the Content Service Provider (CSP) be currently certified in the Federal Risk and Authorization Management Program (FedRAMP). •Vendor must be capable of supporting Single Sign-On (SSO) access for all employees of USCIS via Personal Identity Verification (PIV) credential cards. •Vendor must be able to share/coordinate shared customer service tier support and data exchanges with USCIS-Technology Management Branch (TMB) staff. The vendor shall deliver the software 30 days from award and provide installation support of the software on a central server, and will use Oracle or SQL as its database source. The server shall allow at a minimum100 concurrent USCIS employees to use the software simultaneously. It is anticipated that the software and database will reside on a server hosted by the vendor and USCIS users will access the software from "client" computers through a web browser. Also required will be software maintenance, installation support, technical support, system administration manuals, user manuals, and training for functional users and administrative users. 5RESPONSE FORMAT AND GUIDELINES 5.1Format, delivery date, and point of contact Responses shall be in Microsoft Word for Office 2003 (.doc) format and are due no later than May 26 2016 12:00 PM Eastern Time (ET). The page limit of the response to include any attachments should be no more than 10 pages in total. All responses will be submitted via e-mail (virus scanned) to the point of contact listed below: All questions and responses related to the Sources Sought should be addressed to Tiffany Vezina Tiffany.N.Vezina@uscis.dhs.gov or by telephone (802) 872-4535 or Dale Allen, dale.allen@uscis.dhs.gov or by telephone (802) 872-4658. Facsimile and hard (paper) copies will not be accepted. DO NOT PROVIDE PROPRIETARY INFORMATION. 5.2Content The response shall be divided into two sections. Section 1 of the response shall provide administrative information, and shall include the following as a minimum: •Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact •Corporate Web site address •Type of Business •Large business •Small business •Small disadvantaged business •8(a)-certified small disadvantaged business •HUBZone small business •Woman-owned small business •Veteran-owned small business •Service-disabled veteran-owned small business •DUNS number •North American Industry Classification System (NAICS) code classifications •Contract Vehicles Available: GSA Schedule, Strategic Sourcing Vehicle, or Government Wide Acquisition Contracts(GWACs), Open Market Section 2 of the response shall address, in detail, the firm's capabilities to provide the type of software and services identified in Section 4 of this, "sources sought" notice. 6NOTE This Sources Sought is issued solely for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposal, or Request for Quotations. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract, nor do they affect a potential respondent's ability to respond to any future synopsis/solicitation which may or may not follow or restrict the U.S. Government's eventual acquisition approach. Additionally, the U.S. Government will not provide reimbursement for any information that may be submitted in response to this Sources Sought. Respondents are solely responsible for all expenses associated with responding to this SS. Interested vendors responding to this Sources Sought may provide capability information for any pieces of this requirement or for an entire solution. Respondents will not be notified of any results derived from a review of the information provided; however, information gathered may be utilized for technical and acquisition purposes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/BC/ACB/WCCMSFY16-Re-compete/listing.html)
- Place of Performance
- Address: N/A, United States
- Record
- SN04121874-W 20160520/160518235304-5d0788e10a8949c9687fcbe460ac3288 (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 |