SOURCES SOUGHT
D -- REQUEST FOR INFORMATION - UPGRADE INFORMATION TECHNOLOGY SYSTEMS
- Notice Date
- 4/15/2010
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Agriculture, Rural Development, Procurement Management Division, 1400 Independence Ave., S.W., Mail Stop 0741, Washington, District of Columbia, 20250
- ZIP Code
- 20250
- Solicitation Number
- AG-31ME-S-10-1011
- Point of Contact
- Alberta Smith, Phone: 2026920265, Anthony Wimbush, Phone: 2026920011
- E-Mail Address
-
Alberta.Smith@wdc.usda.gov, anthony.wimbush@wdc.usda.gov
(Alberta.Smith@wdc.usda.gov, anthony.wimbush@wdc.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- Upgrade Information Technology Systems PURPOSE: The USDA Rural Development Contracting Officer is conducting market research to determine estimated cost to upgrade the Information Technology Systems. The solution should address information for modernizing and streamlining the systems used to deliver and manage RD’s various loan and grant programs. RD has identified a common business rules engine that will be a core and central component of the total modernization solution. Mindbox is currently use but is not sufficiently flexible or scalable. RD is interested is locating any other Business Rules Engines that are available and may meet our needs. DESCRIPTION: The Business Rules Engine capability statements should provide a solutions statement for each question. 1.What specific capabilities do you offer in your Business Rules Engine, either separately or as part of a suite of software applications? 2.Does your rules engine process production/inference rules, reaction/Event Condition Action rules, or both? 3.Does your rules engine support backward chaining? 4.Does your product have a Rule Governance facility? Can business rules be versioned? 5.Does your product utilize Domain-specific language approaches to better describe policy (deterministic engine)? That is, do users have the ability to create or modify rules using plain English language? 6.Please describe your interface protocols, e.g., JSR-94 based application programming interface (API) standard or service-oriented integrations through Web-based standards such as WSDL and SOAP. 7.What government agencies or commercial businesses have implemented your application? Please provide point of contact information and period of performance of each implementation. 8.Please provide a point of contact within your organization that is most knowledgeable regarding the information provided. 9.How is your product normally priced? Is pricing based on commercial or Federal Schedule rates? 10.Does your product have a testing facility? If so, please describe this capability (We want to know how to do unit testing, regression testing and rule simulation). Is the testing facility friendly enough to be used by the business owner? 11.Does your product have an audit trail capability? 12.Does your product have an import/export capability? If so, what rule formats are supported? 13.Do you have a roadmap for your product? If so, can we have a copy of it? 14.Do existing business rules ever need to be put through a conversion process when upgrading your product to a newer release? Interested firms should also include the following in their response: - Company Name and Address - CAGE Code (if available) - Point of Contact - Size of Business (i.e. Large/Small Business, Small Disadvantaged Business, 8 (a) concern, --Minority-Owned Business) - U.S. or Foreign Owned Entity Submit response (along with any supporting documentation) directly to: USDA, Rural Development Procurement Management Division ATTN: Alberta Smith, Contract Specialist 1400 Independence Ave., SW Washington, DC 20250 Or, respondents may wish to respond to Alberta.Smith@wdc.usda. PLEASE PROVIDE AN ELECTRONIC COPY OF SUBMITTED INFORMATION TO THE POINT OF CONTACT ABOVE NO LATER THAN COB 22 April 2010. Documents must be formatted to 8.5 x 11" paper with type no smaller than 10 point font. DISCLAIMER This RFI is not an offer. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked "Proprietary" will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associates with responding to this RFI. Questions should be directed to PCO/Contract Specialist via email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/RD/PMD/AG-31ME-S-10-1011/listing.html)
- Place of Performance
- Address: USDA, Rural Development, Washington,, District of Columbia, 20250, United States
- Zip Code: 20250
- Zip Code: 20250
- Record
- SN02122475-W 20100417/100415234621-44f3aa4b2ffb5e4957e3668bf17df070 (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 |