SPECIAL NOTICE
D -- Enterprise Risk Management (ERM) Software
- Notice Date
- 5/31/2017
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 Independence Avenue, SW, Suite 4360, Washington, District of Columbia, 20237, United States
- ZIP Code
- 20237
- Solicitation Number
- BBG50-RFI-17-00019
- Archive Date
- 7/8/2017
- Point of Contact
- Jacqueline D. Gray, Phone: 2023827861, Herman Shaw, Phone: 202-382-7856
- E-Mail Address
-
jgray@bbg.gov, hshaw@bbg.gov
(jgray@bbg.gov, hshaw@bbg.gov)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for Enterprise Risk Management (ERM) Software Solicitation No. BBG50-RFI-17-00019 This Request for Information (RFI) notice is issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. The Broadcasting Board of Governors (BBG) is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested vendor's expense. Any information submitted by respondents to this RFI is strictly voluntary. The information provided may be used by BBG in developing its acquisition strategy and Performance Work Statement. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. All submissions become Government property and will not be returned. This RFI is being issued to identify comprehensive integrated software solutions that exist today that can meet Federal requirements and applicability for an Enterprise Risk Management (ERM) program in compliance with Office of Management and Budget (OMB) Circular A-123. The software must have embedded International Organization for Standardization (ISO) 31000 suite, Control Objectives for Information and Related Technologies (COBIT)-5, Global Technology Audit Guides (GTAG) and the current Federal Information Security Management Act – Cyber Security Framework (FISMA-CSF) components. The preferred software solution will have easily configurable workflows, user access controls, approvals, etc. BBG anticipates an initial need for 5 user licenses, with two additional administrative licenses (if applicable to the vendor’s software solution). The entire solution must provide security that meets Federal Information Processing Standard (FIPS) 140-2 and be fully compliant with Section 508 of the Americans with Disabilities Act. BBG requires a seamless and integrated enterprise solution that is compatible with and runs on Windows Operating Systems. Interested parties shall respond to this RFI by providing responses to the list of items below: 1. Name of proposed product/solution. 2. Is product/solution 100% compliant with Section 508? 3. Does the software have imbedded ISO 31000 suite, COBIT-5, GTAG and current FISMA-CSF components? 4. List of current Federal Government clients using the software. 5. Manner of implementation (on-premise, cloud, etc.). If cloud, is the cloud FedRAMP certified? 6. Type licensing (device, user, concurrent use, processor, core, etc.) 7. Cost to implement the product/solution (How much will it cost BBG to acquire the software, and implement the solution so that it can operate and integrate with the existing environment?) 8. Recurring operational costs (software only) (What is the annual cost to maintain the software licenses so that BBG can take advantage of the latest commercially available release of the product?) 9. Cost to add one additional user (software only) (When BBG needs to expand usage, what are the estimated costs to add one additional user to the solution either in terms of additional license costs or additional usage costs?) 10. Recurring cloud-based operational costs (If proposed for Cloud) (What are the recurring annual costs to operate the proposed solution?) 11. If presented as a cloud solution—i.e., Software as a Service (SaaS), is your solution FedRAMP certified or do you have a current Authorization to Operate (ATO) from another federal entity? (See https://www.fedramp.gov/resources/faqs/what-is-an-authority-to-operate-ato/ ). 12. Time required to implement. 13. Other costs (i.e. what other costs do you foresee that may be incurred if BBG selects your software solution?) 14. Is the product/solution compliant with HSPD-12 and NIST for Multifactor Authentication? 15. Is the product/solution compatible with Smartcard Login? 16. What is your estimated cost for five (5) perpetual user licenses and two (2) administrative licenses? Please provide a breakdown of each license type cost for the base year and each option year (assuming a one (1) year base, and two 12-month option periods). 17. What is your estimated cost for fifteen (15) perpetual user licenses and two (2) administrative licenses? Please provide a breakdown of each license type cost for the base year and each option year (assuming a one (1) year base, and two 12-month option periods). 18. Do the above costs include implementation (i.e., install, training, requirement gathering for initial configuration, initial configuration, etc.)? If not, please provide an estimated cost for implementation. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the BBG, please segregate proprietary information. Submission of questions regarding this RFI: All questions regarding this RFI shall be submitted in writing to Jacqueline Gray, Contract Specialist at jgray@bbg.gov via e-mail no later than 4:00 pm Eastern Daylight Time (EDT) on Friday, June 9, 2017. Deadline for responses to this RFI: All responses regarding this RFI shall be submitted via email to Jacqueline Gray, Contract Specialist at jgray@bbg.gov no later than 4:00 pm EDT on Friday, June 23, 2017. Product information, brochures, part numbers, and/or other description information may be included with the submission. THIS IS NOT AREQUEST FOR PROPOSAL, INVITATION FOR BID, or REQUEST FOR QUOTATION. Do not submit a proposal or quote. Those who respond to this Notice will be notified whether their response to this RFI as verified by the BBG, is responsive to this Notice. If it is determined to be in the best interest of the Government, interested and qualified sources responding to this Notice may be requested to provide follow-up information. A determination to compete, or not to compete, in a future procurement will be based on the responses to this Request for Information (RFI) notice, and is solely within the discretion of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-RFI-17-00019/listing.html)
- Place of Performance
- Address: Broadcasting Board of Governors, 330 Independence Avenue, SW, Cohen Building, Washington, DC 20237, Washington, District of Columbia, 20237, United States
- Zip Code: 20237
- Zip Code: 20237
- Record
- SN04527499-W 20170602/170531235712-be0dc9fa4fa0271a2b103a5a5ec0596b (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 |