Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

D -- e-Discovery Software Platform Procurement

Notice Date
2/27/2020 8:34:23 AM
 
Notice Type
Presolicitation
 
NAICS
5415 —
 
Contracting Office
693KA9 CONTRACTING FOR SERVICES WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
FAA-e-Discovery(AXI-300)
 
Response Due
3/26/2020 2:00:00 PM
 
Archive Date
03/02/2020
 
Point of Contact
Stephania Ivory, elisa brown
 
E-Mail Address
stephania.ivory@faa.gov, elisa.brown@faa.gov
(stephania.ivory@faa.gov, elisa.brown@faa.gov)
 
Description
MARKET SURVEY Capability Assessment for the Federal Aviation Administration�s (FAA) Office of Investigation Security & Hazardous Material Safety e-Discovery Software Platform Procurement ���� Performance Objective:� � This is a market survey.� This is not a Screening Information Request (SIR) or a Request for Proposals (RFP) of any kind.� The FAA is not seeking or accepting unsolicited proposals at this time.� The Federal Aviation Administration (FAA) is seeking industry capability statements and technical approaches to determine the existence of any viable Commercial Off-The-Shelf (COTS) solution for its Congressional Inquiry, litigation, and Freedom of Information Act (FOIA) electronic discovery request needs.� This solution must have a proven track record within the Federal or Private marketplace.� This cloud-based solution must provide early case assessment, dataset ingestion, workflow management features, customizable document review capabilities, as well as analytics, legal hold, and customizable production functionalities. The solution must contain a document management system that can be applied to a dataset in either a concept-based or linear style review. Additionally, the solution must be capable of processing and producing documents across all standard file types in both native and non-native formats.� The solution must be adaptable to a variety of custom, substantive legal issues and legal privilege-based criteria. All counsel and FOIA support team facing features must be customizable, duplicable, and defensible and have the ability to be quickly edited or altered in response to evolving need. The solution must be able to be installed in an Infrastructure as a Service (IAAS) environment compatible with S3 bucket storage and comply with information technology security FISMA compliance requirements. The final scope and size of this project has not yet been determined, however, the current estimate is up to a 10 user system. This Market Survey is for informational purposes only and does not commit the Government to pay any proposal preparation costs for responding to this notice and The FAA will not pay for any information received or costs incurred in preparing the response to this market survey.� Therefore, any cost associated with the market survey submission is solely at the interested vendor�s expense. Actual pricing of this requirement, labor categories or hours are not requested, nor will any be reviewed under this request. ���� Submittal Requirements and Instructions:� � Interested Companies must provide their Capability Statement and Technical Approach. The submission must follow the guidelines listed below. All submissions must be presented in Times New Roman 12 point font and be compatible with either Microsoft Word format or Adobe Acrobat PDF.� Please employ standard, one inch margins and single line spacing format in your submission. If submitting via Adobe Acrobat PDF format, please ensure the document is editable and capable of being copied and pasted into Microsoft Word. The FAA encourages vendor comments and suggestions regarding this effort. Comments and suggestions must be provided separately from the Capability Statement and Technical Approach and must be limited to two (2) pages or fewer. Respondents must complete the attached Market Survey Questionnaire as well as provide the following business Information for their company: � Company Name: � Address: � Point of Contact: � CAGE Code: � Phone Number: � E-mail Address: � Web Page Address: � Specify whether your company is a U.S. or foreign-owned firm Respondents are encouraged to identify a representative to support further FAA inquiries and requests for clarifications of the information provided.� Respondents are encouraged to indicate which portions of their response are proprietary and should mark them accordingly. Interested firms are required to submit the attached Business Declaration form and a copy of their SBA 8(a) certification letter, if applicable. ���� Capability Statement: Please attach a brief description of your company�s ability to provide an eDiscovery software platform solution capable of executing the performance objective described above. Any client examples cited must be derived from actual prior government (federal, state or local) or commercial work performed within the last three (3) years. ��Please limit your Capability Statement response to three (3) pages. ���� Technical Approach:� � Please attach a Technical Approach document that outlines the technology that will be used to fulfill the requirements listed in the Capability Statement above as well as any Security Requirements listed in the Security Requirements section (below). ��Please limit your Technical Approach response to five (5) pages. ���� Security Requirements:�� The�product must contain security features that are compliant with�Department of Transportation (DOT) and FAA security requirements. Security requirements include the capability to manage accounts which consists of creating, enabling, modifying, disabling, and removing accounts; assigning roles/privileges to access accounts with varying levels of access in order to support the concept of separation of duties; and provide an administrative interface to review and manage accounts. The product must contain security features that provide audit capabilities which log application activities. The application must log application access and access to sensitive data. Log files must identify the access account and the time/date the application or sensitive data was accessed. The product must also provide an interface to review log files. The product must contain security features that support agency requirements for identification and multifactor authentication. The product must support the capability of agency personnel to access the application by the use of Personal Identity Verification (PIV) cards. Access to the application by single factor authentication, such as user name/password is not permitted. The product must contain security features that support the capability to protect personally identifiable information (PII) and other sensitive data. The product must be capable of identifying and marking data containing sensitive information by redaction and watermarking features. ���� Additional Information: All responses to this market survey must be received by March 26, 2020.� All responses must be submitted via email to: Federal Aviation Administration ATTN: Stephania Ivory, FAA Contracting Specialist, AAQ-450 800 Independence Avenue, SW Washington, DC� 20591 Stephania.L.Ivory@faa.gov (202) 267-6408 ������������������������������������������������������ If the results on this market survey results in a competition, the nature of the competition has not been determined.� The FAA may decide to do an open competition a tiered approach or to set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's ��8(a) Program. Any applicable updates to this announcement may be published on the FAA Contract Opportunities website (http://faaco.faa.gov/) under the Current Announcements for FAA Headquarters.� It is the vendor's responsibility to monitor this website for updates to this procurement.�� Attachments: Market Survey Questionnaire Business Declaration Form
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/eb4044eac89a4a769b7ae041b6825384/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05574107-F 20200229/200227230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.