SOURCES SOUGHT
D -- Business Intelligence Support Services
- Notice Date
- 6/6/2011
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-11-I-ADW221
- Point of Contact
- Tirene Crowell, Phone: 2024753734, Muriel Thomas-IGE, Phone: (202) 475-3245
- E-Mail Address
-
tirene.crowell@uscg.mil, Muriel.O.Thomas-Ige@uscg.mil
(tirene.crowell@uscg.mil, Muriel.O.Thomas-Ige@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- PURPOSE: The purpose of this Request for Information (RFI) is to conduct market research to identify potential 8a vendor sources capable of providing Business Intelligence Support Services under NAICS 541511. The scope of services will include (but is not limited to) developing and implementing a Business Intelligence (BI) material solution utilizing existing systems and other software tools currently available within the standard U.S. Coast Guard (USCG) common operating environment. The contractor shall assist with transforming raw data into meaningful and useful information to enable more effective strategic, tactical, and operational insights and decision-making. REQUESTED INFORMATION: Within the stated priorities, specific requirements include providing a holistic view of the Acquisition Workforce in a single dashboard. The Coast Guard has an existing system in place that can be utilized to meet this requirement. The Acquisition Directorate has deployed and is operating a performance management system using commercial off the shelf BI software. The performance management system known as the Acquisition Performance Management System (APMS) is the SAS BI system consisting of enterprise business intelligence, data integration, and performance management components. The contractor must have experience and expertise in SAS 9 Business Intelligence architecture release 9.2. The Human Capital Intelligence (HCI) solution shall be capable of searching and displaying relevant, holistic, predictive and consistent information that will support strategic human capital decisions, which will enable the Office of Acquisition Workforce Management to address critical business decisions and align human capital with organizational plans. In addition, the Acquisition Directorate requires an organic BI capability for financial and performance management functions. Tasks included in this work effort shall include the integration of information from existing and legacy Coast Guard, acquisition, and workforce databases (i.e. human capital, financial, and performance management) and spreadsheets into data marts that will be used to track metrics and generate standard reports. Additional examples of tasks include modifying the existing government code, building the data marts or warehouse, identifying data information maps, and developing streamline web-based reports. The merging of human capital data with financial and performance data will provide the Acquisition Directorate with accurate, valuable, timely, and actionable insights across the enterprise. Staff capabilities shall be complemented by management competency that facilitates coordinated execution of agency processes as a cohesive program strategy under firm fixed price, performance-based work standards. FORMAT: Responses to this RFI shall not exceed 8 pages, including cover letter and contact information. Subject response must contain: (1) Capability statement sufficient to demonstrate performance directly related to the stated objectives; and (2) Citation of any analogous work (e.g., within the past 2-3 years) to include customer, contract/task order number, point of contact telephone number, and e-mail address. SUBMISSION: Information in response to this RFI must be submitted by email to Muriel.o.thomas@uscg.mil and Tirene.Crowell@uscg.mil by 11:00AM, ET on 16 June 2011. Supplemental materials such as brochures and product literature may also be submitted to the above email address. Note that email size restrictions of 3MB apply to all submissions. Ensure that your response provides the following information in the subject line: ‘Company Name' response to RFI No. HSCG23-11-I-ADW221. NOTE: THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED SOLELY FOR INFORMATION, MARKET RESEARCH AND PLANNING PURPOSES. It does not constitute an RFP and/or RFQ or a promise to issue an RFP/RFQ in the future. This RFI does not commit the Government to contract for any supply or service. Further, the USCG is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the 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. Please be advised that all submissions become Government property and will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-I-ADW221/listing.html)
- Place of Performance
- Address: 2100 2nd Street SW, Washington, District of Columbia, 20593, United States
- Zip Code: 20593
- Zip Code: 20593
- Record
- SN02464860-W 20110608/110606234515-e83ca2ab0de0ac334881d3844aa7809a (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 |