SOURCES SOUGHT
70 -- Licensing Modernization Platform and Support Acquisition - RFI Licensing Modernization Platform and Support Acquisition
- Notice Date
- 7/29/2015
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Federal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW, Washington, District of Columbia, 20554, United States
- ZIP Code
- 20554
- Solicitation Number
- RFIFCC15000JPFS
- Archive Date
- 8/8/2015
- Point of Contact
- Fred Schellhammer, Phone: 2024187878, John Peters, Phone: 202-418-0137
- E-Mail Address
-
fred.schellhammer@fcc.gov, John.Peters@fcc.gov
(fred.schellhammer@fcc.gov, John.Peters@fcc.gov)
- Small Business Set-Aside
- N/A
- Description
- Licensing Modernization Platform and Support Acquisition. The FCC intends to augment designated IT capabilities with a scalable cloud-based computing platform in order to reduce functional overlap, increase delivery velocity of new capabilities, enhance the security posture of its infrastructure, and reduce costs associated with new development and the operations and maintenance of its systems. Request for Information (RFI) for Federal Communications Commission Licensing Modernization Platform and Support Acquisition 1. Introduction This is a Request For Information (RFI), as defined in Federal Acquisition Regulation (FAR) 15.201(e). The Federal Communications Commission (FCC) is seeking information on technical, organizational, and business process solutions that can be used to develop and deliver robust, agile, and scalable applications and services to FCC stakeholders and external customers. There is no solicitation available at this time. This RFI is for planning purposes only and your organization shall not consider it an invitation to bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. FCC will treat the response to this RFI as information only. The information provided may be used by the FCC to develop an acquisition strategy, statement of objectives, and associated specifications. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Interested parties are responsible for adequately marking proprietary or competition-sensitive information contained in their response. The Government shall not be liable for damages related to proprietary information that is improperly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government reserves the right to contact the submitting parties for further clarifications. 2. Background The FCC, an independent United States Federal Government Agency established by the Communications Act of 1934, is charged with regulating non-Government interstate and international communications by radio, television, wire, satellite and cable. The FCC’s jurisdiction covers the 50 states, the District of Columbia and U.S. possessions. The FCC is led by a Chairman and up to four Commissioners appointed by the President with the advice and consent of the U.S. Senate. The Chairman delegates management and administrative responsibility to the Office of the Managing Director (OMD). The Commission staff is organized into seven (7) Bureaus and numerous field offices. The Bureaus’ responsibilities include, but are not limited to, processing applications for licenses and other filings, analyzing complaints, conducting investigations, developing and implementing regulatory programs, and taking part in hearings. OMD provides a range of support services including General Counsel, Engineering and Technology, Strategic Planning, and others. More information on the FCC can be found at the Agency’s web site ( http://www.fcc.gov ). The FCC’s current computing environment is comprised of many custom developed legacy systems, applications, and databases with moderate to high levels of functional overlap. 3. Purpose The FCC intends to augment designated IT capabilities with a scalable cloud-based computing platform in order to reduce functional overlap, increase delivery velocity of new capabilities, enhance the security posture of its infrastructure, and reduce costs associated with new development and the operations and maintenance of its systems. The FCC IT organization’s goal is to consolidate, streamline, and accelerate delivery of mission capabilities and processes required across the commission. The FCC intends to eventually select a commercial, cloud-based platform that will promote improvements in efficiency, agility, and innovation, while reducing overall development and O&M costs associated with designated IT capabilities. The cloud-based platform must meet applicable business, technical, security, management, and administrative objectives, and support the FCC IT's ability to support sustainable capability delivery and service implementation to its constituent Bureaus and Offices. 4. Information Requested The FCC is seeking to update its enterprise architecture strategy and service delivery model via transforming the way it delivers technology capabilities that support essential mission functions. Interested parties are to prepare and submit no more than five pages for RFI submission. The Interested parties shall demonstrate the following: a. Ability and experience in transitioning from custom developed legacy-computing environments to enterprise solution delivery via cloud-based Software- and Platform-as-a-Service (SaaS and PaaS) capabilities; b. Experience in testing transitioned applications, including testing externally interfaced systems; c. The end to end methodology and processes to ensure integration and configuration control across the enterprise; d. Experience developing catalog-like taxonomies for delivered applications and solution components; e. How end users are incorporated into the agile process to boost user adoption; f. Experience managing change in stakeholder-led IT solution delivery, including: o Techniques for implementation cost control and application, system, and portfolio-level TCO reduction; o Methods for data integration and transition from legacy environments to SaaS and PaaS solution delivery; o Iterative program management approaches to improve end-user engagement o Decrease reliance on contract staff g. Examples of previously delivered platform applications and capabilities; h. Contract vehicles under which similar services are performed for other federal agencies; i. Experience in selecting an enterprise platform based on analysis of customer business needs; j. Experience identifying and prioritizing legacy applications to reengineer on an enterprise platform; k. System engineering processes which are used and how they integrate the overall transition to cloud computing; l. Program Management approach inherent with a Government organization and how you recommend tailoring Government processes to be the most effective, efficient, and affordable; m. Test techniques and tools successfully used in previous PaaS and SaaS integration programs; n. Teaming partner strategy; o. Software service partner strategy; p. Experiences with cyber security in the cloud, specifically regarding integration of SaaS and PaaS solutions with existing governmental network, infrastructure, and application security monitoring; and q. Experience with system certification and accreditation. 5. Response Responses to this RFI are to be submitted by e-mail to the Contracting Officer and Contract Specialist no later than 3:00 PM hours Eastern Time on 07 August 2015. The Contracting Officer is Mr. John Peters; Ph. 202-418-0137, Email, John.Peters@fcc.gov. Responses should address all the items listed above. Please provide responses in Microsoft word or PDF. The information should also include the following business contact information: · Company Name and CAGE Code · NAICS · Annual Revenue for each of last three operating years · Point of contact (POC) · POC Telephone Number · POC Email Address Respondents are advised the Government is under no obligation to provide feedback with respect to any information submitted. All submissions become Government property and will not be returned. All Government and contractor support reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information. This RFI is issued solely for information purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the U.S. Government to contract for any supply or service in any manner. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties’ expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/RFIFCC15000JPFS/listing.html)
- Place of Performance
- Address: 455 12th Street, SW, WASHINGTON, District of Columbia, 20554, United States
- Zip Code: 20554
- Zip Code: 20554
- Record
- SN03814790-W 20150731/150729235504-62289b0a7ca8aaced49e26258e1493a0 (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 |