SOURCES SOUGHT
R -- REQUEST FOR INFORMATION (RFI) NPFC Commercial Off-The-Shelf (COTS) products
- Notice Date
- 10/26/2009
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Director(cf-2), USCG National Pollution Funds Center, 4200 Wilson Boulevard, Suite 1000, Arlington, Virginia, 22203-1804
- ZIP Code
- 22203-1804
- Solicitation Number
- HSCG46-10-B-VPA041
- Archive Date
- 12/23/2009
- Point of Contact
- Xavier J. Storr, Phone: 2024936764, Sonja D AIKEN, Phone: 2024936821
- E-Mail Address
-
Xavier.J.Storr@uscg.mil, sonja.d.aiken@uscg.mil
(Xavier.J.Storr@uscg.mil, sonja.d.aiken@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (RFI) United States Coast Guard - National Pollution Funds Center (NPFC) 1.0THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. 1.1This RFI is for technical and cost estimating information on Commercial Off-The-Shelf (COTS) products that meet some or all of the functional requirements listed in Section 4.0. 1.2This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the United States Coast Guard (USCG) and the National Pollution Funds Center (NPFC) are not seeking proposals at this time, and will not accept unsolicited proposals. Respondents are advised that the United States (U.S.) Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party’s expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. Responses to the RFI will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. Responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI. 2.0.BACKGROUND 2.1.In accordance with the Oil Pollution Act of 1990 (OPA) and supporting regulations, the NPFC adjudicates and pays third party claims for damages resulting from oil pollution incidents and claims from trustees for associated Natural Resource Damage assessments and restoration. 2.2.The current NPFC Claims Processing System (CPS) is a management application that enables NPFC to track claims and manage the claims adjudication process. CPS captures, stores, and retrieves data, and generates and stores associated claim documentation. It also provides customized reports. 2.3.The NPFC developed, administered, and has operated the present claims system for about ten years. It no longer accommodates the business processes that have evolved. 3.0RESPONSES Please submit all responses no later than 11:59 pm EDT, Monday, December 8, 2009 via email to: •Gerald Adams, Jr., SKC, Contract Officer, at Gerald.D.Adams@uscg.mil •Xavier Storr, SK1, at Xavier.J.Storr@uscg.mil •Guner Yarbrough at Guner.L.Yarbrough@uscg.mil 4.0. FUNCTIONAL REQUIREMENTS It may be acceptable if some functional requirement(s) require integration with a third party application. Functionalities to be considered in the document generation, records and data management system include: 4.1. Claims adjudication processing and management, including ability to track claims activity time lines 4.2.Integrated scanning and Optical Character Recognition (OCR) 4.2.1.Ability to scan and store scanned images in multiple formats 4.3. Version Control 4.3.1.Original documents are to be “read only” and any edits forces a new version of the original document 4.4. Electronic Signatures 4.4.1.Ability to add, save and apply electronic signature technology to documents as an attribute that can be applied only by the signatory 4.5. Records retention and disposition controls 4.5.1.Controls must comply with Federal Records Act 44 U.S.C. 3101.et seq. and all applicable NARA requirements 4.6. Document generation 4.6.1.Must be compatible with MS-Office 4.6.2.Must be able to interface with other USCG Oracle systems 4.7. Document Importation 4.7.1.Provide GUI interface for users to import documents 4.8. Capability to configure forms for data collection screens 4.9.Document and data migration as required 4.9.1.Ability to migrate documents and data from the legacy system 4.10.Document File Type Controls 4.10.1.Capability to retain documents based on document category, e.g., claim letters; authorization to pay; demand for payment 4.11.Ability to mark and control access to restricted documents 4.11.1.Control access by document category and data locations through the system 4.12.Ad hoc work flow 4.12.1. User configurable work flow process 4.13.Ad hoc Report Generator 4.13.1. User ability to create reports based on selectable data elements, including metadata 4.14.Time Sheet 4.14.1. User ability to enter hours, pay rates, and work descriptions based on user name 4.14.2. Capability to configure reports based on time sheet details 4.15.Configurable Validation/Edit Rules – Hard and Soft 4.15.1. A GUI interface that allows configuration of details is desirable 4.16.Application Programming Interface (API) capabilities 4.16.1. Capability to create integrated custom code modules 4.17.Compatible with Microsoft Windows Operating Systems, including Windows XP and Windows Vista 4.18.Compliance with relevant regulations, including Section 508 Accessibility, FISMA, CFO, GAO, OMB Circular A-123 Internal Controls, and DHS Enterprise Architecture 4.19.Availability of Products via GSA Schedule/DHS Product Contract 4.19.1.Products shall be available for U.S. Government purchase via a GSA Schedule or other applicable DHS product purchasing mechanism
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/DUSCGNPFC/HSCG46-10-B-VPA041/listing.html)
- Place of Performance
- Address: 4200 WIlson Blvd STE 600, Arlington, Virginia, 22203-1804, United States
- Zip Code: 22203-1804
- Zip Code: 22203-1804
- Record
- SN01992266-W 20091028/091026234801-6b8de1b7cbc4ed0374e7b0c172a5a2d2 (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 |