SOLICITATION NOTICE
D -- SEVIS II RFI - SEVIS II DRAFT SOO
- Notice Date
- 6/21/2011
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MS, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536-0001, United States
- ZIP Code
- 20536-0001
- Solicitation Number
- SEVIS_II_RFI
- Archive Date
- 7/20/2011
- Point of Contact
- Milan Jovanovic, Phone: (202) 732-2597, Judy E. Stevens, Phone: (202) 732-2673
- E-Mail Address
-
Milan.Jovanovic@dhs.gov, Judy.Stevens1@dhs.gov
(Milan.Jovanovic@dhs.gov, Judy.Stevens1@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- SEVIS II DRAFT SOO Department of Homeland Security (DHS) Immigrations and Customs Enforcement (ICE) REQUEST FOR INFORMATION (RFI) This Request for Information (RFI) is being released pursuant to the Federal Acquisition Regulation (FAR) Part 10 - Market Research. Its purpose is to determine the small-business potential associated with the Student and Exchange Visitor Information System II (SEVIS II) requirement. Only small-businesses are permitted to reply. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Department of Homeland Security (DHS) US Immigrations and Customs Enforcement (ICE) is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the United States (U.S.) Government will not pay for any information provided or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be borne solely by the responding party. At this time, no proprietary information is being requested from the respondents, 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. Not responding to this RFI does not preclude participation in any future RFP that may be issued. In accordance with FAR 15.201(e), 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 all interested parties to monitor this site for updates and/or additional information pertaining to this RFI. SCOPE: The scope of this requirement is to acquire contractor services to design, develop, integrate, and implement a Student & Exchange Visitor Information System (SEVIS) II solution in accordance with the draft "Statement of Objectives for SEVIS II," dated June 21, 2011, attached. The requirement is in support of the Office of the Chief Information Officer (OCIO), the Student & Exchange Visitor Program (SEVP) and the Department of State (DoS). These organizations are currently engaged in gathering functional, technical, and performance requirements using a visualization approach (requirements planning utilizing mock-up screens to simulate the functional end-product). The requirement is to perform and support all aspects of the design, development and integration technical support services that will be necessary to implement the SEVIS II capabilities in accordance with the draft SOO. SEVIS II will be a web-based application comprised of over 1,000 screens with no less than 370 different workflows (and 1881 unique requirements IDs). SEVIS II will be required to migrate the data from the current SEVIS system hosted at a DHS Data Center. SEVIS II will integrate and operate with a number of existing and evolving DHS and other Government agency systems, and must be designed and developed in accordance with DHS enterprise architecture and common operating environment parameters for the production and non-production environments (these include development, testing, staging, and disaster recovery). REQUESTED INFORMATION/SUBMISSION REQUIREMENTS: Potential offerors should limit their responses to a total of ten (10) pages - not including attachments. Text should be single-spaced in Times New Roman 12 point font. All potential offerors must be registered on the Central Contracting Registration Website at www.ccr.gov. All parties interested in providing a response to this RFI should read the attached draft SOO carefully and submit information which clearly describes the following: (1 - 17). (1) It is estimated that this effort will be required in November 2011 with a total estimated value of $30 - 40 million over a three (3) year period of performance consisting of a base and two option years; (2) Please indicate potential staffing levels expected to be available for a November 2011 start, and indicate whether these personnel will be available within 30 days after contract award; (3) Indicate whether your firm is a Small Disadvantaged Business, HUB-Zone Small Business, Women Owned Small Business, 8(a) Certified Small Business, Veteran Owned Business, or a Service Disabled Veteran Owned Small Business; (4) State the number of people your firm employs, your annual revenue, and your business size classification; (5) Provide your firm's Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) code; (6) Indicate your firm's experience as a prime contractor with structured software development life cycle for the U.S. Government; (7) Indicate whether your firm possesses a Capability Maturity Model Integration (CMMI) Level 2 (or better) level of achievement/certification; (8) State your firm's prior successful experience as a prime contractor and/or subcontractor on a comparable effort or combination of efforts having a minimum annual value of $8-10 million per year and a period of performance of at least three (3) years for software development. Please include full contact information for the past performance points of contact(s); (9) Identify the level of previous experience with web-based software development using Java, WebSphere, Informatica, iRise, ReqPro, etc of all key personnel who would be proposed; (10) Identify the pertinent labor categories and level of experience for personnel who would be proposed for the SEVIS II contract as providers of design, development and integration technical support services; (11) Identify any prior contracts on which your firm has designed and developed large web-based applications using requirements documentation from a requirements visualization process; (12) Indicate your firm's previous experience with data migration from an existing web-based system; (13) Indicate whether your firm is capable of responding in a timely manner to dynamic changes in the Government's requirement (e.g. increases in production or technical/programmatic changes) by increasing personnel or rapidly backfilling a particular individual's position? If yes, please elaborate on the depth of the personnel availability bench that your firm has available; (14) Do the majority of your personnel have current Government security clearances and approved background checks that will assist the Government in expediting their successful completion of ICE's security processing?, (15) Indicate whether your firm is certified for NAICS code 541511; (16) Indicate your firm's ability to perform the tasks identified in the draft SOO and identify any risks or issues that you may perceive; (17) Provide any other information that your firm considers pertinent to this RFI. MAJOR AREAS FOR ASSESSMENT CONSIDERATION AND CAPABILITIES DETERMINATION: Please be certain to respond to items 1-17 above to be given full consideration as a candidate offeror for this potential acquisition. Additionally, please review the draft criteria below. These represent the items on which ICE will place the most emphasis in making its determination as to whether a potential offeror has the skill, capabilities, assets, and experience to perform this effort. The following factors will be weighed the heaviest: • Prime Contractor Experience with structured software development life cycle for the U.S. Government. This means that your firm was the prime contractor responsible for a Federal Government structured software development process where you were in charge of the entire process from development through implementation; • A Capability Maturity Model Integration (CMMI) Level 2 or better level of achievement/certification; • Previous successful experience as a prime contractor and/or subcontractor on a comparable effort or combination of efforts having a minimum annual value of $8-10 million per year and a period of performance of at least three (3) years for software development. Please include full contact information for the past performance point of contact(s); • Demonstrated experience with web-based software development using Java, WebSphere, Informatica, iRise, ReqPro, etc of all key personnel who would be proposed; • Previous successful experience designing and developing large web-based applications using requirements documentation from a requirements visualization process. If your firm can clearly demonstrate that you have successfully performed according to these specifications, we will be inclined to believe that your firm could successfully perform our SEVIS II requirement. If your firm can not successfully demonstrate experience in the areas listed above, we will be inclined to believe that your firm cannot successfully perform our SEVIS II requirement. ATTACHMENT: Draft Statement of Objectives (SOO), dated June 21, 2011. RESPONSES: Please submit the above information via email to Milan Jovanovic, Contract Specialist, at Milan.Jovanovic@dhs.gov no later than 12:00 P.M. EST on July 5, 2011 stating "SEVIS II RFI Request" in the subject line of the email. You may also submit supplemental materials such as brochures, capability statements, and product literature to the above email address. NO QUESTIONS OR INQUIRIES WILL BE ACCEPTED FOR THIS RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MS/SEVIS_II_RFI /listing.html)
- Place of Performance
- Address: Washington, DC and surrounding metropolitan area, United States
- Record
- SN02477860-W 20110623/110621234407-945ceac40ab1fe44dd685fc9a46c9b8b (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 |