MODIFICATION
99 -- Information Technology (IT) Software Testing Services - Responses to Industry Questions - Attachments to SOW
- Notice Date
- 8/10/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Commerce, Patent and Trademark Office (PTO), Office of Procurement, P. O. Box 1450 - Mail Stop 6, 600 Dulany Street, MDE, 7th Floor, Alexandria, Virginia, 22313-1450
- ZIP Code
- 22313-1450
- Solicitation Number
- DOC52PAPT1500703
- Archive Date
- 9/2/2015
- Point of Contact
- Nathia Casey, Phone: 5712725467
- E-Mail Address
-
nathia.casey@uspto.gov
(nathia.casey@uspto.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 6 - Test Result Summary Report Attachment 5 - FTD Automation Design and Coding Standard Guideline Attachment 4 - Automation Design Requirements Template Attachment 3 - Functional Test Division (FTD) – Testing Process and Test Framework Attachment 2 - Test Plan Template (Waterfall) Attachment 1 - Test Plan Template (Agile) Response to Industry Questions. THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning 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 Government to contract for any supply or service whatsoever. Furthermore, the United States Patent and Trademark Office (USPTO) is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the United States (U.S.) Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Responses and submissions will become Government property and will not be returned. Not responding to this RFI does not preclude participation in any RFP, if any is issued. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. Interested parties should have current registration in the System for Award Management database at https://www.sam.gov. The United States Patent and Trademark Office (USPTO), Office of the Chief Information Officer (OCIO), seeks to obtain information from all sources for the requirement to provide Information Technology ( IT) testing support services. As part of emerging OCIO organizational changes regarding its testing, policy, and quality divisions, testing requirements are evolving to provide comprehensive testing services necessary to support the government. As such, we are considering the possibility of combining all testing services. These services are necessary to provide software testing and quality assurance for all of USPTO's automated systems including patent, trademark, corporate, and infrastructure systems. Testing requirements include, but are not limited to: database testing, functional testing, interface testing, software compatibility testing, user acceptance testing, regression testing, end-to-end testing, testing in the cloud, performance testing, load testing, Section 508 testing and disaster recovery testing. Additionally, the objective of these services and any future requirements of this project is to ensure the USPTO has available the resources needed to carry out its mission. The associated North American Industry Classification System (NAICS) code for this acquisition is 541511 (Custom Computer Programming Services). The small business size standard is $27.5M. The incumbents and their corresponding Blanket Purchase Agreement numbers are as follows: Gunnison Consulting Group DOC45PAPT1430000 1 East Melrose Street, Chevy Chase, MD 20815 Ceiling: $30,000,000.00 over a 5-year period. Harmonia Holdings Group, LLC DOC45PAPT1440000 2020 Kraft Drive, Suite 1000, Blacksburg, VA 24060 Ceiling: $30,000,000.00 over a 5-year period. Software Consultants, Inc. DOC45PAPT1450000 11140 Rockville Pike, Suite 550D, Rockville, MD 20852 Ceiling: $30,000,000.00 over a 5-year period. Business Performance Systems, LLC DOC45PAPT1420017 7808 Trevino Lane, Falls Church, VA 22043 Ceiling: $5,752,100.00 over a 5-year period. Swain Online, Inc. DOC45PAPT1420018 2 Walnut Grove, Suite 110, Horsham, PA 19044 Ceiling: $10,237,271.00 over a 5-year period. Information Submission Instructions: Interested, capable businesses should submit a copy of their company's capability statement in response to the RFI. Capability statements should not be general in nature, but should be specific and pertinent to the requirement. The submission shall include the following: Company name Contact Information (POC info, corporate address, phone number and website) Business size (number of years in the business, annual review, staff organization) Business SBA classification(s) if applicable (i.e. 8(a), Service Disabled Veteran-Owned (SDVO), Woman-Owned, Hubzone, etc.) DUNS number/Cage Code GSA Schedule Number (if applicable) and other potential vehicles the company has Please provide three (3) references with technical capabilities as it relates to the requirements stated in the attached draft Statement of Work (SOW). References should indicate the name of Agency or Organization, Contract Number, POC, Email, Phone Number, and whether you were a prime or subcontractor. If work was performed as a subcontractor, please state the percentage of work performed by you. For each reference provide the Section of the draft SOW which past performance was performed. Responses should include specific examples of previous projects that were similar in work to the draft SOW. Past performance references should be of similar size, complexity, and scope, which were performed within the last three (3) years of the release of this RFI and should encompass testing support under different SDLC approaches (e.g., waterfall, agile, or Development and Operations ( DevOps)). Responses should include a description of project management and invoicing and accounting capabilities including descriptions of how to hire and retain high quality staff. The response should address the size and scope of USPTO's testing engagements. Responses should include a description of the ability to meet USPTO requirements for offsite/onsite work. If a facility exists which can be leveraged to meet the requirements in the draft SOW, respondents should include specifics related to connectivity to USPTO and facility size and location. Responses should indicate how your accounting system is set up to support automated invoicing and meet complex USPTO accounting and reporting requirements as detailed in the draft SOW. Discussions of technical solutions and the feasibility of approach as outlined in the draft SOW. The capabilities statements may include other alternatives and solutions for USPTO's consideration. If the respondent has an innovative approach for accomplishing the work under a performance-based contract, include the proposed methodology in the submission. In particular the response should include how test script maintenance is invoiced. Sources are encouraged to provide proposed SOW language for services and/or any proposed solutions to the current draft SOW. In the event your company chooses to provide information subject to inclusion in a future RFP SOW, clearly identify those portions and provide appropriate authorizations for release of that portion or information within any subsequent RFP SOW issued by the USPTO, exclusive of any proprietary markings. Responses should include samples of automated test scripts from TestComplete, SoapUI, and Selenium that showcases the company's capabilities. There is a five (5) page limit for providing automated test script samples. Samples of test scripts are excluded from the fifteen (15) page limitation set below under Page Limitation. Any pages exceeding the five (5) page limitation will not be reviewed. Page Limitations: Your capabilities statement shall be limited to fifteen (15) single-sided, single-spaced, 12-point font pages. The cover letter and the table of contents are not included in the page count. Please do not embed documents within the document. Any pages exceeding the fifteen (15) page limit will not be reviewed. Notice Regarding RFI: This is a request for information purposes and to identify potential sources. Those who wish to submit questions concerning the RFI may do so by e-mail to the Contract Specialist, Nathia Casey, at nathia.casey@uspto.gov by July 27, 2015 no later than 3 p.m., local time of the Contracting Officer, Alexandria VA. Please include the RFI number/Title in the subject line. All questions and answers will be made available via an amendment to the RFI posted on the Federal Business Opportunities website ( www.fbo.gov ). Submission Instructions: All Capability Statements and sample test scripts in response to this RFI must be submitted electronically to Nathia Casey, Contract Specialist, at nathia.casey@uspto.gov by Tuesday, August 18, 2015 no later than 9am., local time of the Contracting Officer, Alexandria, VA in Adobe Portable Document Format (PDF). The email subject line must specify RFI Number "DOC52PAPT1500703" and the RFI Title "USPTO Software Testing Services." Facsimile responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/PTO/OPDC20220/DOC52PAPT1500703/listing.html)
- Place of Performance
- Address: 600 Dulany Street, Alexandria, Virginia, 22314, United States
- Zip Code: 22314
- Zip Code: 22314
- Record
- SN03830987-W 20150812/150810235301-0b526dfc3ccf659aba9a782de5e56f8b (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 |