SOURCES SOUGHT
R -- RFI (Sources Sought Notice) for ImageNow Support for GSA OCIO
- Notice Date
- 8/12/2015
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Center for IT Schedule Operations (QTFA), 1800 F St NW, Washington, District of Columbia, 20405, United States
- ZIP Code
- 20405
- Solicitation Number
- RFQ1020091
- Point of Contact
- Nina Malakouti, Phone: 7036052742, Ryan Day, Phone: (816) 823-5322
- E-Mail Address
-
nina.malakouti@gsa.gov, ryan.day@gsa.gov
(nina.malakouti@gsa.gov, ryan.day@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This is not a solicitation announcement. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various companies. It is not to be construed as a commitment by the Government. A contract will not be awarded as a result of this RFI. Since this is a RFI announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Failure to respond will not in any way prevent a potential offeror from participation in future solicitations. The purpose of this RFI is to conduct market research on Imaging and Workflow Platform Support, specifically: A.Collect information about market capabilities, including small businesses, for performing deployment, installation, configuration, documentation, operations, and management activities in support of the imaging and workflow projects and ImageNow platform and systems. All information provided will be given consideration and may influence the development of future proposal requests. 2.DESCRIPTION GSA's Office of the Chief Information Officer (OCIO), Office of Financial and HR IT Services (IB) strives to provide the best, most cost-effective, secure financial and human resource (HR) systems platform in the Federal government. The IB supplies and maintains hardware, software, application delivery and database management platforms, and network and security infrastructures for GSA IT (formerly known as the Office of Chief Information Officer). The IB requires staff with extensive systems development life cycle (SDLC) experience and knowledge to provide operations and maintenance (O&M) and development, modernization, and enhancement (DM&E) support of a GSA's imaging and workflow platform. 3.REQUIREMENTS GSA considers the following as requirements: A.Technical project management, including: i)Meeting and status reports ii)Risk management B.Imaging and Workflow Platform Support, including: i)Development of ImageNow eForms and ensuring compatibility with both WebNow and Client ii)Development of custom iScripts iii)Management and operation of ImageNow Forms Server iv)Development of scripts related to ImageNow Message Agent and Integration Server v)Building Custom ImageNow Business Insight Reports - Cognos Reporting backend vi)Maintenance and integration of alternate imaging software and hardware standards into the ImageNow platform vii)Design and implementation of workflow viii)Management of imaging platform infrastructure - ImageNow specific application server software support. Does not include hardware or server OS 4.STATEMENT OF CAPABILITY & PAST PERFORMANCE The GSA OCIO requires a statement of capability and past performance from all responders that addresses the following: (1)Statement to demonstrate your firm's (including teammates or subcontractors) methodology and capability for each of the requirements listed in Section 3. Requirements above. Respondents need only provide responses for the requirements for which they have a methodology and capability. (2)Statement to demonstrate your firm's (including teammates or subcontractors) past performance for each of the requirements listed in Section 3. Requirements above. Respondents need only provide responses for the requirements for which they have examples of past performance. Please limit your capability statement to three (3) pages. 5.RESPONSE INFORMATION Interested businesses are required to provide an electronic copy in Microsoft Word or Portable Document Format (PDF) of their response to the Contracting Officer by close of business (COB) on the due date. Responses should business size and NAIC code and Statement of Capability and Past Performance. Statements of Capability and Past Performance are limited to 3 pages. All responses should be minimum font size 12 and Times New Roman. Respondents are not to submit brochures and marketing materials and any such material will be discarded. Large and Small Business Concerns are invited to respond to this RFI within 14 calendar days, by COB, August 26, 2015. The Respondent is requested to submit a response that includes the following (subject to the page limit): •Business name. •Point of Contact (POC) name, email, phone number, and web address •Business size classification (small, SDVO, WOSB, etc.) •Possible NAIC codes associated with this action •Statement of Capability Statement & Past Performance Send written responses to Nina Malakouti, Contracting Officer, at the e-mail address listed below. No collect calls or telephone inquiries will be accepted. This is a RFI. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in GPE (GSA eBuy or FedbizOpps). It is the potential offeror's responsibility to monitor these sites for the release of any solicitation. Point of Contact Nina Malakouti, Contracting Officer Internal Acquisition Division Office of the Administration Services 1800 F Street, NW, Room 6307 Washington, DC 20405 Email: nina.malakouti@gsa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/36f1ac5bc2089c90731ade147d277298)
- Place of Performance
- Address: Kansas City, Missouri, 64108, United States
- Zip Code: 64108
- Zip Code: 64108
- Record
- SN03835531-W 20150814/150812235739-36f1ac5bc2089c90731ade147d277298 (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 |