Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
SOURCES SOUGHT

R -- OPM USAL Knowledge Portal Request for Information - OPM USAL Knowledge Portal DRAFT PWS - OPM USAL Knowledge Portal RFI

Notice Date
5/3/2017
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Office of Personnel Management, Office of Procurement Operations, Contracting, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710, United States
 
ZIP Code
20415-7710
 
Solicitation Number
OPM2617I0003
 
Archive Date
8/10/2017
 
Point of Contact
Laurie Griffin, Phone: 2158613078
 
E-Mail Address
OPOTeamCmailbox@opm.gov
(OPOTeamCmailbox@opm.gov)
 
Small Business Set-Aside
N/A
 
Description
OPM USAL Knowledge Portal RFI OPM USAL Knowledge Portal DRAFT PWS U.S. Office of Personnel Management Center for Leadership and DevelopmentUSALearning® (USAL) Knowledge Portal Request for Information OPM2617I0003 Purpose and Objective This Request for Information (RFI), OPM2617I0003, is seeking information on a possible future OPM acquisition requirement. This provides a broad description of the agency future requirements. The future OPM procurement requirement may require a contractor capable of providing a full spectrum of academic, technical, organizational development, and online training services to Federal agencies, DOD, State and local Governments. The Knowledge Portal acquisition will provide for the continued and uninterrupted support to over forty (40) federal agencies via a firm-fixed priced a la carte service in support of Government online Learning, open source LMS implementations, hosting and helpdesk services, customized web services, Software as a Service (SaaS) implementations, Web 2.0 collaboration, the Open Government initiative, Knowledge Management, online learning library access, human performance-related collaborative tools as well as other online collaboration and related technical support services. Attached in this RFI is a draft Statement of Work (SOW). The draft SOW describes only the currently contemplated possible scope of services and may vary from the work scope in a final SOW included in any Request for Quotations (RFQ). This RFI is only for the purpose of identifying current technology trends in industry, industry best practices for described services and any pricing models in industry that are not fixed priced. No Request for Quote (RFQ) currently exists for these services. This notice is issued solely for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposals 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 offerors 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 notice. Respondents are solely responsible for all expenses associated with responding. The Government does not intend to award a Schedule order or Blanket Purchase Agreement (BPA) based only on responses to this RFI. All information received in response to this RFI marked "Proprietary" will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responses to the RFI will not be returned. Responders are solely responsible for all expenses associated with responding to this Sources Sought. OPM will not pay for information received in response to this RFI. There is no commitment by the Government to issue an RFQ, make an award or awards, or to be responsible for any monies expended by industry responses to this RFI. Capability Statement / Information Sought Early indications are that this will be a small business set aside and all interested small businesses are encouraged to respond to this RFI. However, be advised that generic capability statements are not sufficient for effective assessment of a respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, business size, and/or ability to satisfy the services requirements detailed below. Instructions for Responding to This RFI Information provided in response to this RFI must be submitted no later than Thursday, May 25, 2017 at 3:00 pm EDT. Responses to this notice shall include a Statement of Qualifications/Capabilities Statement package, as well as the cover letter. The cover letter shall, at a minimum, include the following information: 1. Response to RFI Notice OPM2617I0003 2. Vendor's Company Name, Address, Contact Person (2 POCs) Information; 3. Vendor's DUNS Number; and 4. Business Size and Size Standard / Classification relative to North American Industry Classification System (NAICS) code of 541519. 5. Specify small business profile, i.e., Small Business Administration (SBA) 8(a) Program, HUBZone, women-owned, veteran-owned, service disabled veteran-owned or small disadvantage business schedule contractor; and 6. GSA schedule and GSA Schedule contracts that are applicable to NAICS 541519. OPM requests that the capability statement, which is the response to questions below, not exceed five (5) single spaced pages; you may also include a cover page. Each response should use the following Page Setup parameters: • Font size - 10 points or larger (Body) • Font size - smaller than 10 points (text in diagrams or other graphics) • Margins - Top, Bottom, Left, Right - 1" • At a minimum, your organization's name and a page number should appear in the header or footer of all pages that constitute the body of your response. • If applicable, please include your GSA Schedule contract number. • Number your responses to match the question number. To maximize the space for your response, do not repeat the question as part of your response. All responses shall be in MS Word or Adobe Portable Document Format (PDF). All responses must be received by the specified due date and time in order to be considered. Please note that the collection of this data does not obligate the U.S. Government to the incorporation of the solicited comments in any future procurement action nor does it obligate the Government to the procurement of any services or products related to this notice. Proprietary information should not be included in the responses, further, responses to this notice will not be returned. Information Submission Instructions All responses must be received by the specified due date and time in order to be considered. All Statement of Qualifications / Capability Statements and/or comments in response to the draft SOW sent in response to this RFI Notice must be submitted electronically (via email). All responses shall be in MS Word or Adobe Portable Document Format (PDF), and submitted to via e-mail by Thursday, May 25, 2017 at 3:00 pm EDT to OPOTeamCmailbox@opm.gov OPM requests that the Statement of Qualifications / Capability Statement which is the response to the questions below not exceed 5 single spaced pages. The Government is interested in your assessment of the draft SOW. Specifically, 1) Given the current details in the draft SOW, do you understand the program function and responsibility for support from a Contractor? 2) Is there enough detail in the Scope of Work to provide a level of effort in terms of price and key personnel? 3) The activities in the Scope of Work will be applied to the requirements itemized in section 5.0. Does the draft SOW make it clear that some projects will run concurrently? Does the draft SOW make it clear that some projects are optional and may not be performed? 4) If there are details in the draft SOW that need clarification or are unclear, then what questions do you have about the draft SOW that the Government may use to modify the draft SOW? 5) Is your company FedRAMP certified? Would you be able to be FedRamp certified? IT Security is a critical element of this acquisition. Offerer's must demonstrate full compliance to their Certification and it must be validated by being listed on the GSA FedRAMP site and must include ALL 350+ controls as of the date of response to a resulting solicitation. The objective is to have Software-as-a Service (SaaS), Platform-as-a Service (PaaS) and Infrastructure-as-a-Service (IaaS) FedRamp accreditation. 6) OPM is considering use of the Integrator Concept for this acquisition. This concept requires the vendor to analyze the government's technical requirements and propose an optimal technical solution that may require the prime to integrate several subcontractors and applications to deliver a viable solution from which the customer to choose from. From your firms' prospective, what are the advantage and disadvantages of this approach? What affect will this approach have on competition, price or other aspects of industry's business processes? 7) What is industry's current method of pricing services similar to those described in the attached SOW? 8) Describe any current trends in the Learning Management System industry arena that may affect the services described in the attached SOW. 9) If your firm is a small business, please explain any aspect of the attached SOW that will restrict industry small businesses from competing for the services described in the SOW. 10) Is there anything that may have been omitted in the SOW that you would like to recommend that may add value. Please explain. 11) Would you propose on this requirement as it is currently written? Why or Why not? Additional Information There is no commitment by the Government to issue a solicitation, to make an award(s), or to be responsible for any monies expended by any interested parties in support of any effort in response to this RFI notice. Any information submitted in response to this RFI notice is strictly voluntary. This RFI notice is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. It is the responsibility of potential offerors to monitor this site for the release of any follow-on information. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available and any request for additional information will be disregarded.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/OPM2617I0003/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04493808-W 20170505/170503234301-731fefee93331111de00c9d710defe0c (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.