Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2014 FBO #4604
SOURCES SOUGHT

70 -- Intelligence Coordination Center (ICC) Digital Production

Notice Date
7/1/2014
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
HSCG23-14-I-RAZ079
 
Archive Date
8/1/2014
 
Point of Contact
Tamara Mason, Phone: 2024753411
 
E-Mail Address
tamara.m.mason@uscg.mil
(tamara.m.mason@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Coast Guard (USCG) Intelligence Coordination Center (ICC) anticipates a need to obtain a solution to automate and enhance its digital production processes. The Production Department has the arduous task of converting analytical products to HTML, PDF, XML, and PUBS-XML which is required for posting to the Library of National Intelligence (LNI). The USCG has been working to implement the Industrial Medium software solution, ExpressroomIC, in order to fill this requirement. The USCG is currently seeking information to determine whether it is in the best interest of the government to continue with the ExpressroomIC implementation, or to procure a new solution. The USCG is requesting that interested companies provide a brief capability/information statement demonstrating the ability to fulfill the following requirements: • Convert of finished intelligence products from Microsoft Word 2007 format to HTML, PDF, and XML document formats. The system shall also be able to covert large documents (2+ MB) to HTML, PDF, and XML formats. • Ensure converted XML documents conform to the Library of National Intelligence (LNI) PUBS-XML data schema. • Ensure converted documents include all embedded data objects within Microsoft Word, including at a minimum: images, charts and graphs, tables, shapes or figures, symbols, equations and line breaks. • Ensure converted documents include all appropriate Classified Access Program Coordination Office (CAPCO) markings from the original Microsoft Word document. • Provide pre-conversion, integrated workflow management for document authors, reviewers and approvers. • Store original source document, converted versions, and all associated and supporting references, images, or other media included in the original Microsoft Word document. • Provide a web-enabled interface for user-based document management, search and discovery, or reference discovery. • Manage citations, footnotes, endnotes, and bibliographies included within the original Microsoft Word version of the document. Referenced documents or objects should also be uploaded and stored on the system with established relationships to the referencing document. • Allow for various system roles to be established for users (i.e. administrative users, authors, reviewers, approvers, distributors, and so on). • Allow for integrated authoring or intuitive, simple integration with the publishing solution. • Allow product distributors to automatically disseminate converted products to various web, system, and email locations. • Demonstrate that the specified system includes a customizable, intuitive, and professionally-designed user interface. • Have a proven track record of providing on-site and telephone support to government customers who have implemented the software on secure networks that are not publicly accessible via the internet. Interested parties should submit their response in either a.doc or.pdf compatible format via email to Tamara Mason @Tamara.m.mason@uscg.com and to Miranda Collins at Miranda.m.collins@uscg.mil by 4:00pm Thursday, July 17, 2017. The response shall demonstrate the ability to meet the requirements listed above. In addition, the response shall include a Rough Order of Magnitude, including any costs to purchase the solution, and five (5) years of maintenance costs. Submissions should be no more than five (5) pages plus cover sheet. Questions may be submitted via e-mail to Tamara.m.Mason@uscg.mil and Miranda.M.Collins@uscg.mil by Tuesday, July 8, 2014 concerning this requirement. The USCG will respond to the questions by July 11, 2014 This RFI is for market research purposes only. It is neither a request for quotation/request for proposal, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. This RFI is not a guarantee of a future solicitation, work, or contract. Thank you for your consideration, Miranda M. Collins Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-14-I-RAZ079/listing.html)
 
Record
SN03412066-W 20140703/140702003035-3dba75b336dfd0ab41ff1c675fca8ab3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.