MODIFICATION
R -- DoD OIG IT Support Services - Responses to contractor inquiries.
- Notice Date
- 8/17/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
- ZIP Code
- 22331-1700
- Solicitation Number
- W91WAW-11-Q-FINN01
- Response Due
- 8/17/2011
- Archive Date
- 10/16/2011
- Point of Contact
- Constance Finnegan, (609) 562-7040
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(constance.finnegan@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This amendment provides responses to contractor inquiries. 1.Has there been any consideration given to open this opportunity for large corporations to compete and prime? Response: Not at this time. 2.Is there an incumbent supporting this effort today? Response: No 3.In regards to the component business process review and improvement task under 5.1.2 of the PWS, what level of business processes will be required for this effort? Response: The DoD OIG workforce is primarily comprised of auditors and investigators; each has unique business processes and procedures that are performed to support the agency mission to prevent fraud, waste, and abuse within the Department of Defense. We are asking for support to engage these agency components, as well as several small components, and walk through how their work is performed and identify ways Information Technology can improved their processes and procedures. These improvements might be direct, for example recommending a new software application that would increase the speed or efficiency of, or indirect, such as identifying overall IT system inefficiencies that can provide a better user experience and increase productivity. Regarding Continuity of Operations, we are looking for recommendations based on agency need, business impact, an cost, to help determine a best-fit service standard for redundant IT systems. For example, based on agency need and cost, should ALL IT systems be replicated, to include front-end servers? Or should only key systems be backed up? Would immediate failover of key systems be ideal? Or 24-48 hours of potential downtime during a recovery period? 4.It is our understanding that this effort will focus on the business processes of the IT systems (i.e. Predictive Analytics, Learning Management System, Case Management System, etc.) not the implementation of the COTS systems? Are there any OCI implications of helping identify the requirements for this effort and then supporting the implementation efforts? Response: The objective of this contract is to identify cost-effective ways to improve business processes by leveraging IT. Ideally, this would be performed by leveraging existing IT systems and COTS products wherever possible. The DoD OIG has a full portfolio of software applications that could potentially be used to meet agency requirements. COTS products with an established roadmap should be used wherever possible. However, it is expect that some additional software or system development may be required. 5.Given budget constraints, some of the requests in the PWS could be quite expensive to implement (i.e. ERPs). Is the OIG interested in the development of a solution architecture that is cost effective, aligned with budget, and that will meet the mission of objectives of the office? Response: Yes. Regarding ERPs, this will likely be a system required as a deliverable from the contract, however the agency understands that full ERPs are complex and difficult to maintain. Ideally, any proposed solution will leverage COTS products wherever possible to help ensure a sustainable solution. 6.Is the OIG looking for only an architecture strategy to guide the development and sustainment of an architecture program or is the OIG also looking for architecture views to be developed to support the overall IT decision making process? Response: Both. The overall architecture needs to be developed, however there is a need for improvement regarding how IT requirements are identified and prioritized in relation to agency mission needs. 7.Is the deliverable 'Implementation of Systems Recommended to Support DoD IG Mission Requirements and Business Processes Para 5.1.6' only focused on the implementation of the EA tool in Para 5.1.6 or is this intended to be the implementation of the recommended tools as described in Para 5.1.7? Response: The intention is for the contractor to implement, prioritized and with input from the government, IT systems identified (in 5.1.3 and 5.1.4) to improve agency performance and business processes. All other terms and conditions remain the same.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dc7d1adfbb8e05cbcefcc08645194981)
- Place of Performance
- Address: Contracting Center of Excellence (NCR-CC) 200 Stovall Street, 11TH Floor Alexandria VA
- Zip Code: 22331-1700
- Zip Code: 22331-1700
- Record
- SN02538737-W 20110819/110818000213-dc7d1adfbb8e05cbcefcc08645194981 (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 |