SOURCES SOUGHT
D -- Business System Replacement - RFI and Request for Capability Statements
- Notice Date
- 5/10/2013
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Library of Congress, Contracts Services, Contracts Section, 101 Independence Ave SE, LA-325, Washington, District of Columbia, 20540-9411
- ZIP Code
- 20540-9411
- Solicitation Number
- RQITS20130013-0
- Point of Contact
- Janet Mata-Hitz, Phone: 202-707-3532, Mario, Phone: 202-707-9403
- E-Mail Address
-
jmata@loc.gov, mdiz@loc.gov
(jmata@loc.gov, mdiz@loc.gov)
- Small Business Set-Aside
- N/A
- Description
- Appendix B, Information Technology Security Information Draft Instructions to Offerors Appendix A, Systems Requirements Specification Checklist Draft Performance Work Statement Request for Information - Sources Sought Business Systems Replacement Objective of RFI The Library of Congress (the Library) is conducting market research. This Request for Information (RFI) is being used to determine if sufficient interest and capability exists regarding a potential future solicitation. This RFI with its attachments is provided as information to the market place and is an invitation for Respondents to express interest and provide information regarding their relevant capabilities, as well as provide feedback on the Library's requirement. Information submitted in response to this RFI may be used as a basis for a future solicitation and/or as a basis for more in-depth research of an organization's capability. Please Note: The Government anticipates that an ensuing Request for Proposal would include a version of the attached Draft Performance Work Statement (DPWS) and Draft Instructions to Offerors. The attached DPWS and Draft Instructions to Offerors are provided for informational purposes only, and Respondents are encouraged to provide suggestions to the Government's intended process. The Library of Congress Office of Business Enterprises (BE) anticipates the award of a 12-month base period (for implementation) plus 4-option years (for maintenance) fixed-price contract on or before September 2013, to replace its three main legacy business systems with a single automated system utilizing a commercial off-the-shelf (COTS) application. The three main BE systems are: Cataloging Services (BE/CDS) - BE/CDS uses a Unix-based converted mainframe application (ADABASE) to support its product fulfillment. Originally developed in the 1980's, this application supports order entry/tracking, product and inventory control, accounting/fiscal operations, customer billing, subscription renewals and renewal processing. Subsequent programs that allow the production of product mailing labels and marketing mailings have been appended to the database. Duplication Services (BE/DS) - BE/DS has been using an off-the shelf business automation application for about eight years. BE/DS uses this system to support sales order entry and tracking, customer billing, and accounting operations. Retail Services (BE/Retail) - BE/Retail also shares the same application as Duplication Services to support Point-of-Sale (POS) inventory management, accounting operations, and product replenishment. Capability Statement Instructions: In response to the attached Draft Performance Work Statement (DPWS) and Appendices A and B, the Library, hereby solicits capability statements from eligible Respondents. These statements shall be no longer than 5-pages (single-spaced, with a minimum of one-inch margins and 12 point font. Specific Requirements: The capability statement should briefly describe the company's expertise, experience, and understanding of each of the following specific requirements: ABILITY TO PROVIDE AN APPROPRIATE SIZED SOLUTION • Providing solutions that are available as off-the-shelf product(s) which require(s) minimal customization and require(s) little fundamental system modification to meet the day-to-day operating needs. • Providing solutions that are proportionate to the needs of a small to mid-sized operation with a staff size of 60 named users and access for 40 simultaneous users. ABILITY TO PROVIDE A SOLUTION THAT CAN FUNTION IN THE LIBRARY IT ENVIRONMENT • Ability to comply with the Library's terms of information technology as stated in Appendix B, Inclusions for All Information Technology Solicitations, version 2.0 dated June 8, 2009. Your response should include a review of Appendix B and identification of any potential problems with adhering to the Library's policies as it relates to 1. Information Security; 2. Personnel Suitability Determinations; 3. Systems Development Life Cycle; 4Information Security; 2. Personnel Suitability Determinations; 3. Systems Development Life Cycle; 4. Certification and Accreditation; 5. Section 508; and 6. Systems Hosted by External Hosting Providers. • The ability to ensure that the proposed COTS solution and the underlying infrastructure required operating it is appropriate to the Library's application hosting environment and can be supported without adding excessive burden on IT resources. For reference, the following are the primary Library's platforms: Server operating systems Prefer Windows 2008 or AIX. Solaris and Redhat Enterprise Linux are also supported. Web servers Apache and IIS Application serversApache Tomcat and Oracle WebLogic application server Database Oracle Database 11g, Oracle MySQL, or Microsoft SQL Server 2008 • If shortlisted and/or selected, the ability to provide a fully functional evaluation copy of COTS application to allow the Library to conduct its mandatory Workstation Control Process. THE ABILITY TO MAINTAIN SEPARATE ACCOUNTING BY BUSINESS UNIT • It is mandatory that each business unit be able to maintain separate accounting by business unit. This separation must be able to extend to all real (balance sheet) and nominal (income statement) general ledger accounts. The year-end close process must allow the current earnings of each business unit to close to separate fund (retained earnings) accounts automatically. • Ability to ensure that each business unit is able to generate separate financial reports. This includes, but is not limited to: 1. Balance Sheet; 2. Income Statement; 3. Statement of Cash Flows; 4. Statement of Equity Position; and 5. Trail Balance. The ability to generate consolidated financial reports is desired but not a mandatory requirement. • A unified login for the Library staff is desirable. More specifically, the ability to conduct transactions in multiple business units without the need to log in and log out of each business unit. With most typical ERP systems, this is achieved with a single database that has a departmentalized general ledger. Additionally, Respondents shall: 1. Identify if you are on an applicable GSA Schedule, and if so, provide Schedule and contract number. Being on the GSA Schedule is not a requirement; 2. Identify preferred contract type for this potential procurement and why; 3. Provide the following Business information: • DUNS Number • Company Name • Company Address • Company Point of Contact, phone number and email address • Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); • Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses. Oral Presentation: In response to capability statements and as part of Market Research, the Library reserves the right to invite a select number of Respondents to present their capability. These presentations can be conducted either in-person or via the web. The oral presentation should be specific and relative to the specific requirements stated above and in the Draft Performance Work Statement, and should include proposed solution; ability to implement; company's and key personnel's collective expertise, experience, and understanding of each of the specific requirements; and past performance related to the specific requirements. The presentation will not encompass price or cost and fee. The structure of the presentation will be jointly decided upon with the selected Respondents and BE staff. Questions Questions regarding this RFI shall be submitted in writing no later than May 17, 2013, by email to the attention of Janet Mata-Hitz, Contract Specialist, at jmata@loc.gov; and carbon copied to Mario Dizon at mdiz@loc.gov. The Government does not guarantee that questions received after May 17, 2013, will be answered. Responses to written questions will be posted through an amendment to this RFI. Questions shall NOT contain proprietary or classified information. Submission Information The deadline for submitting capability statements and any attachments, and comments, is May 28, 2013, no later than midnight Eastern Time via email to the attention of Janet Mata-Hitz, Contract Specialist, at jmata@loc.gov and carbon copy Mario Dizon, Contracting Officer, at mdiz@loc.gov. Note: The Government will not pay for the provision of any information nor will it compensate any respondents for providing this information. This notice is NOT A REQUEST FOR PROPOSAL and in no way obligates the Government to award any contract. The Library will not be responsible for any costs incurred in responding to this announcement. All submissions become the U.S. Government property and will not be returned. Do not provide proprietary information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/LOC/CS/CS1/RQITS20130013-0/listing.html)
- Record
- SN03059484-W 20130512/130510235249-184ff1c90094f06dbb3fa94dba1b111f (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 |