Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2017 FBO #5724
SOURCES SOUGHT

D -- CRM for Salesforce

Notice Date
7/24/2017
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA17XXXX
 
Archive Date
8/11/2017
 
Point of Contact
Anthony Wesley, Phone: (703) 875-6071, Robert B. Namejko, Phone: 7038756277
 
E-Mail Address
WesleyAC@state.gov, namejkorb@state.gov
(WesleyAC@state.gov, namejkorb@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought announcement only. This is not a solicitation and in no way commits the Government to award a contract. Furthermore, the receipt of this sources sought and/or submission of a response confer no rights upon the vendor nor obligates the Government in any manner. The Department of State's (DoS) Bureau of International Information Programs (IIP) is performing market research to determine industry interest and capabilities for development of inward-facing contact relationship management (CRM) applications based on the Salesforce platform. This sources sought is organized into the following sections: 1. Background 2. Objective 5. Instructions 6. Closing Date 7. Disclaimer *************************************************************** BACKGROUND The Bureau of International Information Programs (IIP) of the U.S. Department of State is the leading organization for the U.S. government's public diplomacy mission of engaging foreign publics on U.S. foreign policy. IIP does this through a range of programs, products, and platforms including communications campaigns, social media properties and websites, written content, video, infographics, and webinars, as well as in numerous bricks-and-mortar locations inside and outside U.S. embassies worldwide. With the promise of connective technologies to reach increasing numbers of people, IIP aims to become a digital first organization. A digital-first approach prioritizes the use of digital technology in everything that IIP does. When undertaking any effort, IIP thinks about how technology can enhance, but not replace, our basic public diplomacy efforts. By building upon the history of public diplomacy and existing IP assets through such a digital-first approach, IIP aims to lead the State Department into a cutting-edge paradigm of public engagement. IIP has established a centralized CRM system based on the Salesforce platform to support the global operations of our public diplomacy professionals worldwide. Additionally, it integrates with a robust email marketing tool to send uniform, professionally branded emails to audiences of any size and track the analytics of those emails to inform data-driven decision making. The third core function of CRM is event management, serving as a toolset for managing invitations, check-ins, and analysis of functions hosted at missions worldwide. Currently the platform is being piloted at 21 U.S. missions overseas, as well as several domestic offices. OBJECTIVE Now that CRM is operational, IIP is seeking to expand the use of the cloud platform to address internal use cases. This will happen in tandem with the continued development and expansion of CRM as a separate line of effort. IIP expects to manage at least two Salesforce development teams; an existing one that will continue to iterate on the CRM framework, and a second to address the new requirements of internal Public Diplomacy (PD) use cases (i.e., CRM-I). Both teams will operate within the same Salesforce organization. IIP will use requirements provided by the Speakers and American Spaces offices as use cases for CRM-I, building applications that will serve as a modern, scalable, efficient, and user-friendly tool for PD programs. Where possible, the applications will build upon existing core Salesforce objects, in some cases the same objects used for CRM. The CRM and CRM-I teams must coordinate closely to ensure that the applications follow uniform naming conventions, follow established best practices, and interoperate when appropriate. The new CRM-I requirements are complex in nature, requiring the replacement of legacy systems housing more than 18 years of historical data. These legacy systems manage data related to the budget, travel, program management, and event planning for public diplomacy events worldwide. These systems are critical, as they capture travel details and logistics which must be available on demand in the event of an international incident or travel issue. Legacy data is also required, as the system is used to identify and recruit subject experts to participate in department programs. That data must function within the new platform, requiring cleansing, mapping and standardization, while also operating within the existing Salesforce framework and architecture. The new system must operate on the established Salesforce platform and maintain the functionality of the legacy system - all without impacting performance of existing applications in production on the platform. Given the criticality of the existing, high-profile Salesforce applications, which must remain operational on a 24x7x365-basis, and the anticipated complexity of the new CRM-I requirements, IIP requires Salesforce consulting partners certified at Gold level or above with deep experience operating in a multi-vendor environment in coordination with other CRM development teams. INSTRUCTIONS If your firm is a small business and is capable of meeting the requirements and objectives described herein, please provide a Capability Statement, which shall include specific information and technical background demonstrating your firm's experience, ability, and certifications necessary to meet these requirements and objectives as follows: • Certification as a Gold or Platinum Salesforce Consulting Partner • Experience operating in a single Salesforce organization with multiple development teams or implementing partners • Experience providing Salesforce release management services and oversight for multiple development teams • Experience migrating 15,000+ records from a legacy application onto the Salesforce platform • Track record of maintaining 80 percent code coverage on apex code in Salesforce production environment Two recent and relevant examples of work performed shall be included to support the Statement. The response should be formatted according to the following guidelines: • The Sources Sought (Capability Statement) should be a concise and focused MS WORD document and shall not exceed six (6) single-sided, type-written pages including cover pages, table of contents, etc. • To facilitate the Government's comparative review of responses, all responses shall be ordered and numbered in the manner shown below. • Font should be Times New Roman, 11-point or larger. • All page margins (excluding headers and footers) should be 1". • Company name should be in the headers and page numbers should be in the footers. • Sale brochures, videos, and other marketing information materials are not solicited and will not be reviewed. Do not submit cost or price information with the response. • Use of the Department of State Seal is limited to official government use only. Use of the Seal by respondents (e.g. copying it into your response, in cover pages, or in headers or margins) is strictly prohibited. CLOSING DATE If your firm is capable of providing any of the service requirements described herein, then interested parties should submit an electronic copy of the completed capability matrix and statement in MS WORD format via email. Responses are due no later than the date specified in this FedBizOpps notice, directed to both Bob Namejko NamejkoRB@stste.gov Anthony Wesley WesleyAC@state.gov. Subject Line: IIP CRM-I Market Research (Company Name) DISCLAIMERS The Government does not intend to award a contract(s) based on the submissions of this sources sought, nor does it intend to pay for any costs incurred in response to this announcement. This source sought is solely intended for information and planning purposes and does not constitute a solicitation. The Government intends to make socioeconomic-related and other acquisition strategy determinations based, in part, on responses to this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any proprietary information contained in the capability statement must be marked accordingly. The information obtained through this process is considered to be market research as described by FAR 2.101 and in accordance with FAR 10.002. Respondents will not be notified of the result of this market research. ***************************************************************
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA17XXXX/listing.html)
 
Record
SN04593282-W 20170726/170725085758-32792fd427fc88c5fa5ecdab2f0687f1 (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.