SOURCES SOUGHT
D -- Government Performance Results Act (GPRA) and Organizational Assessment (OA) Tool - Attachment A
- Notice Date
- 3/9/2010
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor, Washington, District of Columbia, 20202
- ZIP Code
- 20202
- Solicitation Number
- 100064
- Point of Contact
- Gabriella I. McDonald, Phone: 2022456188, Linda K. Riley, Phone: 202-245-6295
- E-Mail Address
-
gabriella.mcdonald@ed.gov, linda.riley@ed.gov
(gabriella.mcdonald@ed.gov, linda.riley@ed.gov)
- Small Business Set-Aside
- N/A
- Description
- Functional and Operational Characteristics REQUEST FOR INFORMATION (RFI) Statement of Need/Description: The U.S. Department of Education (ED), Office of the Chief Information Officer (OCIO) has a need to fulfill a requirement to track, capture and report performance data for the Government Performance Results Act (GPRA) and Departmental Organizational Assessment (OA). GPRA data will be published in the Department of Education's Fiscal Year Performance and Accountability Report, for submission to the Office of Management and Budget (OMB) and Congress. The OA data is reported to the Department's Secretary. ED seeks to secure a Commercial-off-the-shelf (COTS) product that will be used to automate the process of collecting, reviewing, and publishing the required information for the GPRA and OA initiatives. The COTS product shall store the data in a central repository that can be accessed as a web-enabled application via the Department's Intranet (EDNET), by all ED employees, with specific access related to Principal Offices, Departmental/Strategic Staff, Budget Service Staff and Senior Staff as controlled by the systems administrator. The application will be used to support GPRA and OA initiatives by: • Tracking data; • Allowing users to update and maintain performance data in a central location; • Documentation efforts towards meeting the Department's major goals and education objectives; • Report on program area accomplishments; • Allow users to review data on-line throughout the year. In addition, goals, objectives and other elements may be modified along with reports that are produced on an on-going basis throughout the year as required by OMB, Congress and Departmental Senior leaders. Period of Performance: ED anticipates a firm fixed-price contract for the period of performance of one 12-month base period and four 12-month options. The base period would include the implementation/pilot phase and user training. In response to this request for information interested vendors should provide a capability statement that addresses the following: (1) business size, (2) NAICS code recommendation, (3) a listing of all active GSA or other Government Wide contracts held, (4) experience of similar work performed and (4) pricing information of similar contracts held. Please see Attachment A for functional and operational characteristics. Deadline for Submission: Electronic submissions are due by 2:00 p.m. (EST) on March 30, 2010. Submission Requirements: All submissions shall not exceed 10 pages (to include cover page, text, graphic, tables, etc.). Responses should be submitted in MS Word with page sizes of 8.5 x 11 inches, Times New Roman Font Size, 10-12 pitch, with no less than single spacing between lines. Lastly, submissions shall address each functional and operational characteristic found in Attachment A. DISCLAIMER This Request for Information (RFI) is being issued for information and planning purposes only and does not constitute a solicitation. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for information received in response to this RFI. All information received in response to this RFI that is marked "Proprietary" will be handled accordingly. Responses to the RFI will not be returned. Information provided in response to this RFI will be used to assess alternatives available for determining how to proceed in the acquisition process. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/100064/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, 20202, United States
- Zip Code: 20202
- Zip Code: 20202
- Record
- SN02086515-W 20100311/100309234535-71d54884f09b933393656564c0bfe2da (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 |