Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SOURCES SOUGHT

D -- Check-in/Check-Out eSystem - Draft PWS

Notice Date
6/15/2017
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Agriculture, Forest Service, WO-AQM IT Support, Albuquerque Service Center, Pan American Bldg, Suite 200, 101 B Sun Ave NE, Albuquerque, New Mexico, 87109, United States
 
ZIP Code
87109
 
Solicitation Number
854643a
 
Archive Date
7/4/2017
 
Point of Contact
David Watson, Phone: 505-563-7535
 
E-Mail Address
davidwatson2@fs.fed.us
(davidwatson2@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft PWS USDA Forest Service REQUEST FOR INFORMATION (RFI) For Check-in/Check-Out eSystem software as a service (SaaS) This RFI is for information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute a Request for Bid, Request for Quote or Request for Proposal, nor does it restrict the Government as to the ultimate acquisition approach. 1. PURPOSE: The US Forest Services, Washington Office (WO) Acquisition Management (AQM), Information Technology (IT) Support Branch with the Chief Information Office/Office of Safety and Occupational Health Program is conducting market analysis with this RFI to seek information from industry (small business concerns) to assist with the refinement, development and planning to determine the most suitable approach for acquiring and fulfilling the needs associated with Check-in/Check-Out eSystem software as a service (SaaS) and support, as identified in the attached Draft Performance Work Statement (PWS). The information collected in this RFI will be used to further define the government's requirements and develop/create the appropriate acquisition strategy and most suitable approach for acquiring and fulfilling the tasks associated with this requirement. Responding to this RFI does not automatically include the responder on any bidders list, if such a list is developed. Depending on the quantity and quality of the responses received, the criteria may serve to generate the initial pool of potential contractors to be invited to respond to a resulting solicitation. 2. INTRODUCTION AND BACKGROUND: The FS requires the purchasing of an Electronic Employee Status Board environment to confirm employee location status for safety purposes. This environment requires a continued Employee Status Board software as a service (SaaS) and support within FS environment. The SaaS will be needed for all employees to enter employee location status of routine reporting for supervisory safety purposes. The SaaS solution will continue to be hosted and work with existing FS IT technology and computer operating systems, and mobile technology. The FS had identified the need for a standardized check-in/check-out system to ensure employees whereabouts of are known during work times. A team has been formed to research best practices and develop a customized process for replicating a standard protocol nationwide. The team has identified several units that have established check-in/check-out protocols using electronic status board systems. 4. OVERVIEW OF CAPABILITIES: Offerors are encouraged to review the attached Draft PWS and provide your capabilities and feedback. 5. RESPONSE GUIDELINES: Interested parties are requested to respond to this RFI with the following information: 1. Company Information to include: Name, address, email address, telephone number, point of contact, size of business, qualified small business category and certification, type of ownership (including country of ownership) for the organization, DUNS Number, TIN Number and Cage Code. 2. A detailed capability statement identifying your relevant past performance histories and appropriate levels and types of expertise in a manner that demonstrates understanding of the requirements. 3. Current Contract vehicles (such as GSA Schedules, BPA's, GWACS (NASASEWP, NIH NITAAC)) within the scope of this requirement. 4. Similar Scope, size and complexity of contracts you currently have or within the last three to five years. 5. Verification -SBA Certification that your company is SBA eligible for an award under small business concerns. 6. Describe the capabilities, features, and benefits of your similar contracts, experience and what pricing (rates) approaches have been used in your federal contracts? 7. What performance standards are used in your current contracts held by company? 8. Present an innovative approach that identifies how your company would staff for each of the identified tasks in the Draft PWS. 9. The Capability Statement shall also include two (2) to three (3) references, which effectively outlines any federal government experience as well as commercial experience for the same or similar work performed, within the last 2-3 years. References should include: a. Customer b. Name, phone number, and email address for the customers program manager c. Contract Name, Number, Type and Value d. Brief description of work system/services in terms of scope, complexity and magnitude, state the total dollar value of this effort, and provide reference points of contract information such as names, phone numbers and email addresses. For Government references please provide the contract number and respective names of the Program Manager (PM), Contracting Officer Representative (COR) and Contracting Officer (CO) e. Any additional information that may be helpful to the FS. Submissions cannot exceed 10 pages single spaced or less, 12-point type with at least one-inch margins on 8 1/2" X 11" page size, (title page or table of contents, resumes do not count against the page count). The response should not exceed a 2 MB e-mail limit for all items associated with the RFI response. Responses must specifically describe the contractor's capability to meet the requirements outlined in this RFI. Oral communications are not permissible at this time. FedBizOpps (FBO) will be the sole repository for all information related to this RFI. 6. INDUSTRY DISCUSSIONS: USDA FS Chief Information Office/Office of Safety and Occupational Health Program representatives may choose to meet with potential offerors and hold one-on-one discussions. Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks. 7. DISCLAIMER: This RFI is not a RFP and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. Federal Acquisition Regulations (FAR) clause 52.215-3, "Request for Information or Solicitation for Planning Purposes," is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked "Proprietary" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Final Responses to the RFI should be forwarded via email no later than 4:00 PM Mountain Time on Monday, June 19, 2017, to same as stated above. Include "Check-in/Check-Out eSystem software as a service (SaaS) ice RFI Response - [Contractor Name]" in the subject line. Please Include Your Company Name, address, email address, telephone number, point of contact, size of business, qualified small business category and certification, type of ownership (including country of ownership) for the organization.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WOAQMITS/854643a/listing.html)
 
Record
SN04545608-W 20170617/170615234856-e48a6b3d5b14554d973e477d0266ee39 (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.