Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2014 FBO #4628
SOURCES SOUGHT

70 -- Web Evaluation Software and Support

Notice Date
7/25/2014
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
RUIO-14-OS011
 
Archive Date
7/31/2014
 
Point of Contact
Keira A Buggs, Phone: 202-447-5704
 
E-Mail Address
keira.buggs@hq.dhs.gov
(keira.buggs@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought notice is issued for informational and planning purposes only. This is not a solicitation and it does not commit the Government to solicit or award an order now or in the future. No solicitation is available at this time. The purpose of this notice is to conduct market research to identify qualified and interested sources that could provide the services stated. All businesses, large and small, capable of performing the requirement indicated below are encouraged to respond to this notice. The information requested by this notice will be used within the Department of Homeland Security (DHS) to facilitate decision making and will not be disclosed outside the agency. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (Public Law 105-220) requires that when federal agencies develop, procure, maintain, or use electronic and information technology, they must ensure that it is accessible to people with disabilities. Federal employees and members of the public who have disabilities must have equal access to and use of information and data that is comparable to that enjoyed by non-disabled federal employees and members of the public. The DHS Office of Accessible Systems & Technology provides policy and performs hands-on technical assistance to ensure that DHS information and data are accessible to people with disabilities per Section 508 of the Rehabilitation Act of 1973, as amended by the Workforce Investment Act of 1998. As part of ongoing operations, commercial-off-the-shelf web evaluation products are required. Continued maintenance and consulting support, for these items, are needed to ensure DHS provides equal access to information and data for people with disabilities. DHS is seeking information concerning the availability of software that meets the following requirements: Operating Environment: • The software must operate on a Microsoft Windows Server. • The software must be able to use Microsoft SQL Server for data storage and report generation. • The software must be able to use Active directory as user authentication. • The software must be able to use a Web proxy, and allow autoproxy configuration. • The software must be Section 508 compliant, e.g. meet 36 CFR 1194.21, 36 CFR 1194.22, 36 CFR 1194.31, and 36 CFR 1194.41 standards as determined by DHS. • The software must comply with DHS Enterprise Architecture Technical Reference Model. • The software must support use with Firefox current releases and Microsoft Internet Explorer 8 thru 11. • The software must not store passwords in clear text. • The software must be able to interoperate with SMTP, or secure SMTP servers to email scan results. Administration: • The software must allow administrator to configure user roles and predefined role based access. • The software must allow creation and update of users and groups of users. • The software must provide an administrator Web-based interface. • The software must support role based access. • The software must allow upgrade in place. • The software must allow view of scan logs in detail to diagnose and troubleshoot problems scanning or evaluating content. Operation: • The software must be able to scan individual Web pages via HTTP, HTTPS, from files systems, or from input from user-agent plug-in. • The software must be able to scan Websites to at least 10 levels in depth. • The software must be able to exclude content based on URL, custom URL regular expressions, specific content types, or specific pages or trees of pages. • The software must be able to accept specific list of URL(s) to scan. • The software must be able to control scan rate to prevent overloading external Web servers. • The software must be able to email scan results to list of recipients. • The software must be able to evaluate Microsoft Office Word, PowerPoint, or Excel, or Adobe Portable document Format for test failures. • The software must be able to identify multimedia files for manual testing. • The software must have preconfigured and customizable tests for Section 508 standards and WCAG 2.0 guidelines. • The software must support concurrent scans up to available resources of environment. • The software must be able to scan millions of pages within any single scan. • The software must allow scheduling of scans and real-time scan initiation as well as stopping of in-process scans. • The software must allow for scheduling scans of groups of sites. • The software must allow notification of initiation of scan and completion of scan to email recipients in real-time. Customization: • The software must allow for customization of all provided test criteria. • Source code for preconfigured tests must be provided for customization. • The software must allow for customization of reporting. • The software must allow for customization of email recipients for notifications and reports. • The software must allow customizable aggregation of test results. • The software must allow for customization of test failure text to support end-user education and meet agency specific requirements. • The software must allow proxy configuration for each scan. Reporting: • The software must provide results summary, statistics, media type, detail, and historical reports of scan results. • The software must be able to visually present location of test failures within content. • The software must allow customizable aggregation of test results in to groups of scans and be able to rank such results by customizable criteria. • The software must be able to export scan results in Microsoft Excel or comma delimited format for external use. Maintenance: • Upgrades to the software must be provided for implementation during the period of performance of the contract. • Troubleshooting support must be provided for each update provided to ensure upgrades do not reduce functionality of the software in production environment. • Upgrades shall be accompanied by change lists to identify new features, bugs resolved, and any upgrade installation procedures. • The software must be able to import current DHS HiSoftware Sheriff configuration for ongoing operations without recreating from scratch. Sources that have the ability to provide the necessary services are asked to respond to this notice with a corporate capability statement that includes general background information and technical capabilities describing your firm's experience with projects similar in size and scope to the requirement. The capability statement shall be a maximum of four (4) pages. It shall include a cover sheet that includes: 1. Company name and address; 2. Points of contact including phone numbers and e-mail addresses; 3. DUNS number and North American Industry Classification System codes; 4. Business size, large or small business, and if small indicate what types of small business concern (e.g. hubzone, 8(a), woman-owned...); and 5. Listing of contract vehicles held (e.g. General Services Administration schedules including Special Item Numbers) under which your company can provide the services described in this notice. The remainder of the capability statement shall include the following: 1. Potential commercial off the shelf products that may be configured to provide the functions described in this notice. 2. A description of your company's experience within the past three years on previous projects that is similar in size and scope to this requirement. Include contract and call order numbers, a brief description of the work performed, and the periods of performance. Provide no more than three examples. 3. A description of the applicable capabilities of your company and the nature of the services you provide. Submissions shall be made using Microsoft Office applications. The cover sheet shall not be included in the page limit. Font shall not be smaller than 12-point Times New Roman. Please provide a Capability Statement to Keira Buggs at Keira.Buggs@hq.dhs.gov by the response deadline. Please do not call the contracting office for information or e-mail any questions to avoid any misunderstanding or confusion. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RUIO-14-OS011/listing.html)
 
Record
SN03438475-W 20140727/140725234945-031df4cdf36b4147dd1fc34aedb603fd (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.