SOURCES SOUGHT
R -- DOJ - RIM Modernization
- Notice Date
- 7/15/2022 12:12:40 PM
- Notice Type
- Sources Sought
- NAICS
- 519120
— Libraries and Archives
- Contracting Office
- JMD-PROCUREMENT SERVICES STAFF WASHINGTON DC 20530 USA
- ZIP Code
- 20530
- Solicitation Number
- PSSJMD220722
- Response Due
- 7/24/2022 11:00:00 PM
- Point of Contact
- Sakura Higa, Robert Kachursky
- E-Mail Address
-
sakura.higa@usdoj.gov, robert.kachursky@usdoj.gov
(sakura.higa@usdoj.gov, robert.kachursky@usdoj.gov)
- Description
- Request for Information � RIM Solution and Services THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. This RFI�s specific purpose is for planning purposes only, to obtain market information on viable sources, industry best practices, innovative technical approaches/solutions, potential costs and answers to specific questions.� This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract.� Interested parties are advised that the 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 party's expenses. Not responding to this RFI does not preclude participation in any future solicitation, if issued. It is the responsibility of the interested parties to keep up to date on information pertaining to this requirement. The information provided in this RFI is subject to change and is not binding on the government. No commitment is being made to procure any of the services discussed, and release of this RFI should not be construed as a commitment or authorization to incur cost for which reimbursement would be required or sought. The Government is not required to respond to any questions submitted in response to this RFI. If the Government chooses to respond to any questions, the questions and answers will be posted to www.sam.gov after 25 July 2022, the due date for responses to this RFI. Responses to this RFI will be treated only as information for the Government to consider.� All submissions will become the property of the Government and will not be returned. Proprietary information, if any, must be clearly marked on all material(s) submitted. All information received marked Proprietary will be handled in accordance with 41 USC 2101- 2107. Purpose:� The US Department of Justice (DOJ), Justice Management Division (JMD) intends to conduct market research for a solution that will be acquired. The project will implement a modern, cloud-based records management application or system integrated with Microsoft M365, various third products and repositories hosted in the Microsoft Government Cloud environment. �The solution will be used to replace legacy records management systems that are not meeting mission requirements. Initial market research has convinced Office of Records Management Policy (ORMP) that more efficient tools and workflows can reduce cost, increase throughput, and allow for better capability than are practical with the current tools and practices. �Advances in the fields of records and information management, Data Analytics, and Artificial Intelligence demonstrate the value of the Government exploring more modern applications, architectures, and approaches to achieve compliance with statutory and regulatory requirements to manage information and records, support knowledge management, and to improve user experience with the goal of added benefit of improved information and knowledge management.�� RESPONSE GUIDELINES:� Interested Vendors who consider themselves qualified to achieve the below-listed objectives are invited to present information responsive to the questions outlined in this RFI for government consideration.� If your company would like to participate in this RFI, all responses under this RFI must be emailed to� sakura.Higa@usdoj.gov�and�robert.kachursky@usdoj.gov Information provided in response to this RFI must be submitted in accordance with the following instructions: portable document format (PDF) or Microsoft Word No more than 10 pages in length, including a two page Capability Statement. Calibri 12-point-font size, 8� x 11-inch pages Responses are due by 25 July 2022 at 14:00 PM EST. Responses shall be submitted via email. Emails cannot exceed 10mb Subject line of the Email shall include this Sources Sought Notice Number PSSJMD220722 - Firm Name. If your response contains proprietary information, place notice of Proprietary Information after the Sources Sought Notice Number. No marketing materials are allowed as part of this Sources Sought Notice. It is the respondent�s responsibility to verify that the Department received and can view the email. RESPONSE CONTENT:� If your company chooses to participate, the following must be specifically included:�� 1.� Company/Organization Information:� Includes Company Name, Mailing Address, website address (if available), Unique Entity Identification (DUNS/SAM), Business Size and Company POC (name, title, telephone number and email address for individual having authority and knowledge to clarify responses with Government representatives). 2. Comments and recommendations on the draft Statement of Objectives (SOO). Your comments should consider what clarifications and/or additional information you might require to prepare an effective response.� Please let the questions in sections five and six below as well as SOO Sections 6 and 7 be a guide to the commentary in which ORMP is most interested. 3.� Provide a recommendation on a logical breakdown of CLINs for structuring work under this draft SOO. For example, how would a CLIN for the support of a specific problem, such as taxonomy development and maintenance be best defined? What level of task specificity connects best to the vendor�s pricing strategy?� Provide how your company would invoice for services.� � 4.� Proposed Staffing and Budget.� The Department envisions that this would be a project that would require a cross-functional team to support the development and pilot to prototype, implement, and test over time.� Please provide a rough order of magnitude for estimating purposes and proposed labor categories to deliver the solution. 5.� Provide a summary of your technical capability and expertise to meet some or all of the draft SOO requirements.�If you are aware of alternatives that change the proposed strategy, but preserve or improve the business objectives, such commentary is welcome.�� You are not required to provide exactly the services in this draft SOO to be considered a qualified respondent. A. Cost drivers are factors that define the cost of supporting a case based on whether they are in scope or not.�� B. Variables are factors that affect cost based on volume.�� C. It should be assumed that this case is being implemented �from scratch�, with no existing infrastructure, software, or resources in place.�� D. It should be assumed the implementation will start with a pilot of users from multiple JMD offices. E. It should be assumed that the Department implementation will be dependent on successful pilot outcomes. F. Estimated costs and timeline should be provided separately for 1) an estimated Pilot of 100 users and less than a 1 terabyte of data and 2) a potential Department-Wide system implementation that will include multiple components.� It is estimated that the minimum size for the purposes of defining a component is 160,000 users with multiple terabytes of data and records. G. Readiness checks of what business and technical preparation must be in place before the offices would be ready to use the recommended tools.� 6.� Provide best practices for acquiring the same or similar scope of products and services that you recommend DOJ consider.�� This request for information (RFI) is issued to determine the availability of qualified vendors that can provide some or all the services identified in the attached SOO.��The Government will evaluate market information to ascertain potential market capacity for support consistent with the scope described in this RFI and otherwise anticipated.� The NAICS Code 519120 Libraries and Archives is selected as the most relevant to this requirement. All prospective Contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete annual Representations and Certifications in SAM prior to any offer.� SAM is located at http://www.sam.gov and consolidates the capabilities of CCR/FedReg, ORCA, and EPLS.� There is no cost to use SAM. Determination by the Government not to compete this proposed contract action based on responses to this notice is solely within the discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6373ea928e474e00a730dcd9c0247d4c/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN06391229-F 20220717/220715230123 (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 |