Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2015 FBO #4817
SOURCES SOUGHT

D -- IV&V, QM and CM Services

Notice Date
1/30/2015
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA15I0018
 
Archive Date
2/27/2015
 
Point of Contact
Deborah A. Carey, Phone: 703-875-4229, Edward J. Baran, Phone: 703-516-1708
 
E-Mail Address
careyda@state.gov, baranej@state.gov
(careyda@state.gov, baranej@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis (SSS) in support of market research purposes only. The Department of State's Office of Acquisition Management, on behalf of the Bureau of Consular Affairs (CA), Consular Systems and Technology (CA/CST) is seeking potential small business sources that are capable of providing services for quality management (QM) and configuration management (CM) support for CA/CST. This SSS is a follow on to the September 29, 2014 posting which sought potential small business sources that are capable of providing Independent Validation and Verification (IV&V) support services (SAQMMAI0050). This new SSS adds CM and QM services to the previously stated IV&V requirements. The Government believes that there are economies and efficiencies to be gained by combining the two technically related requirements which are managed by the same Government division. As a round number, the combined requirements require 100 or so full time equivalent contractor support staff. The primary CA mission is to protect and assist United States (U.S.) citizens abroad, to issue passports to those citizens, and to issue immigrant and non-immigrant visas to foreign nationals according to US laws. To achieve this mission, CA actively pursues business, technology, and management goals and objectives. CST is tasked with providing CA's mission critical information technology (IT) resources necessary to support CA locations including approximately 230 overseas posts, 29 domestic Passport agencies, and an array of information, book/card print and passport centers. IV&V, QM and CM services are provided for approximately 124 systems of various sizes, encompassing 200 evaluations a year, with a potential annual increase of ten to fifteen percent in the number of mission critical applications. As stipulated in FAR 15.201, responses to this SSS are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this SSS is voluntary and are not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. The Government's evaluation of the Capabilities Package received will factor into whether any forthcoming solicitation will be conducted as a full and open unrestricted competition, a set-aside for small businesses, or as a set aside for the socio-economic programs (e.g. HUBZone, WOSB, SDVOSB, etc.). Should your firm be interested in this requirement, please electronically submit your company's Capabilities Package in no more than 15 pages of 8.5" X 11," using at least 10 point font with one inch margins, and pages numbered consecutively. The Capabilities Package: All interested small business firms shall submit a Capabilities Package that explicitly demonstrates company capabilities, indicating examples of Key required components that include providing successful implementation of a comprehensive contract approach to manage and coordinate resources across the requirement task to provide an efficient, cost-effective, coordinated solution to CA/CST's customers and stakeholders. Vendors shall provide past performance as to whether they have performed this type of work similar in size, scope and complexity. The Capabilities Package should include at a minimum: (1)Company name / DUNS number (2)Primary Point of Contact (3)Phone Number and Email Address (4)Cage Code (5)NAICS Code (6)Socioeconomic Classification (7)Current GSA or GWAC contracts that are applicable to NAICS 54151- Computer Systems Design and Related Services, and (8)Facility Security Level Clearance. Key Required Components: Flexible managed IV&V testing solution, which is able to quickly adapt to evolving requirements and integration with existing and emerging technical architecture components. Manage resources with demands for multiple test reporting and results tracking. A cost effective approach to testing of delivered integrated software development, system, and hardware product(s). Performing testing tasks including, but not limited to automated testing, simulation, regression, penetration, patch testing, network performance, load balancing and testing, and verification. Utilizing tools to provide verification of requirements against COTS and developed product(s) for performance and functionality. The ability to manage multiple testing and development environments that include complex systems and databases. Provide knowledge and skills to utilize business intelligence analytics and develop metrics that reflect measureable results. Be able to review documentation, software code and database scripts. Provide a secure and independent environment that simulates CST's production environment domestically and overseas that tests and validates conditions including WAN capabilities. The NAICS code for these services is 54151- Computer Systems Design and Related Services. As additional information for prospective Offerors for a potential RFP/RFQ, a Top Secret facility clearance is required on the date of proposal submission, which is expected to be in the second or third quarter of calendar year 2015. Additionally, in order to ensure a smooth and timely transition of support from the two current contractors, Offerors submitting proposals against the future RFP/RFQ will have to submit verifiable access (specific address required) to at least 28,000 square feet of office space to include 5,000 designated as space support Secret and / or Top Secret IT operations at the time proposal submission. The verifiable access could be in the form of a contingent lease agreement. The 28,000 square feet will accommodate the Government furnished equipment (GFE) and Contractor staff. The facility shall be within 30 miles of the CST facility at 600, 19th Street NW, Washington DC. All IT equipment will be supplied by the Government as Government Furnished Equipment (GFE). As with other CST software development related contracts, the proposed prime Contractor shall be CMMI Level III certified at the time of proposal submission against the future RFP/RFQ. Testing services: developing and providing IV&E laboratory testing services to verify and validate software applications, systems, and equipment, to support CA's mission at all locations. Experience developing test plans and schedules; following software evaluation guidelines, track all testing activities, using automated tools authorized by the government, utilizing mobile and smart device test solutions, and providing analysis report based on all data received. Managing the Development Integration Laboratory to support development testing. Verifying that new or upgraded applications can be integrated into the CA operating environment. The system platform, shall be maintained at a separate laboratory location, that effectively simulates the CA operating environment and conducting installation and support trouble-shooting for developers. Develop and provide User Acceptance Testing (UAT) services to allow users to experience and test developed product/software prior to its formal deployment. Providing an environment that allows the users to test, evaluate, and validate software applications according to specified test plans. Developing and providing scheduled; following delineated software evaluation guidelines, tracking all testing activities, and provide lessons learned reports. Provide support services for CST's current IT service management (ITSM) suite (BMC Remedy). Support shall include Tier II / III O&M support, design and upgrade support to keep CST's production version no more than two releases behind the vendor's most current release. Support shall include providing ITIL best practices training and support to all CST support groups. Provide support to conduct yearly market analysis on ITSM products and services and provide recommended solutions to the government to further enhance CST's ITSM capabilities. Provide portal services for reporting of performance, status, and asset inventories. The Contractor shall contribute CM performance, status, and asset information to portal services. The Contractor shall provide portal services to contributing organizations to make their performance and status information available to CST. CST focuses continuously on improving its services to stakeholders. The process improvement and audit teams serve as internal assets to objectively measure and provide subject matter expertise in improving CST's business processes. Provide support and expertise in incorporating industry best practices in the areas of process improvement and auditing, helping to mature the CST organization in becoming a gold standard in Federal IT business practices. Tools and Repository Services: Provide a tools and repository services function for CM, which consists of the CM Artifact, CM Application, CM Environment, CM Tools Management, and Tools and Repository Audit activities. Provide support activities necessary for the management of control boards, the support of the SDLC Stage Gate Reviews (SGRs) and decision management support. The process management component of CM is responsible for the processing of change requests (CRs) and Configuration Change Requests (CCRs), submitted by CST Government Technical Monitors (GTMs). The Contractor shall track and / or monitor these requests and any approved artifacts or deployed changes using the CST-approved CM tools. The Contractor shall support the management of the CCBs and the Enterprise Change Board (ECB). Your Capabilities Package shall address all items in the "Key Required Component" demonstrating your ability and expertise to provide the services that may be required by CA/CST. All interested small business firms shall submit a response demonstrating their capabilities by addressing all key required components. Your electronic response is due at noon EST on February 12, 2015 to careyda@state.gov. No telephone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA15I0018/listing.html)
 
Place of Performance
Address: Contractor owned facility within 30 miles of the CST facility at 600 19th Street., District of Columbia, 20036, United States
Zip Code: 20036
 
Record
SN03629230-W 20150201/150130234538-c337baa9e00c4c7130fe9d87af6e9c2a (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.