SOURCES SOUGHT
R -- Designing Best Practice (Software Agnostic) Financial Management Processes - RFI-FIT-16-015
- Notice Date
- 11/25/2015
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Treasury, Bureau of the Public Debt (BPD), Bureau of the Fiscal Service, Avery 5F, 200 Third Street, Parkersburg, West Virginia, 26106-5312, United States
- ZIP Code
- 26106-5312
- Solicitation Number
- RFI-FIT-16-015
- Archive Date
- 1/23/2016
- Point of Contact
- Cassandra Madden, , Tammie Johnson,
- E-Mail Address
-
fit@fiscal.treasury.gov, fit@fiscal.treasury.gov
(fit@fiscal.treasury.gov, fit@fiscal.treasury.gov)
- Small Business Set-Aside
- N/A
- Description
- RFI-FIT-16-015 Under the authority of FAR 10, the Department of the Treasury’s Office of Financial Innovation and Transformation (FIT) is conducting market research on the feasibility of designing best practice (software agnostic) financial management processes for adoption by shared service providers (SSP). Information being sought under this endeavor is solely for market research and acquisition planning purposes. OMB Memorandum M-13-08, Improving Financial Systems Through Shared Services (located at http://www.whitehouse.gov/sites/default/files/omb/memoranda/2013/m-13-08.pdf) directs all executive agencies to use, with limited exceptions, a shared service solution for future modernizations of core accounting or mixed systems. The cost, quality, and performance of Federal financial systems can be improved by focusing government resources on fewer, more standardized solutions that are implemented and operated by more experienced staff. To help further the shared services initiative, OMB and the Department of the Treasury (Treasury) designated four agencies as Federal Shared Service Providers (FSSPs). FIT is considering designing best practice (software agnostic) financial management processes for adoption by shared service providers (SSP). To date, shared service migrations emphasized customer adoption of the shared service providers business processes. While the customer adoption approach has been successful, potential customer agencies have asked to reconsider the SSP’s existing processes. For example, processes could be further automated or updated to take advantage of current or new capabilities. Once developed, SSPs may be asked to modify their existing software configurations to adopt the best practice. SSPs would migrate existing and new customers to the updated software configurations. The Federal government is looking to achieve the following objectives through financial management shared services: (1) reduce the number of financial system instances; (2) minimize the cost and complexity of implementing financial systems; (3) minimize the cost and complexity of hosting a financial system; (4) minimize the cost of upgrading a financial system to newer versions; (5) maximize financial management operational efficiencies; and (6) improve the quality and timeliness of financial management data. Considering the above, below are a series of questions for RFI respondents. Responses should be limited to 10 pages in total and address the following: 1. Assuming there are no constraints, briefly describe how you recommend executing this work. 2. What are the benefits and limitations for designing future processes using an agencies existing business processes/software configuration over designing the business processes/software configuration from scratch? Which would you recommend and why? 3. Using the Financial Management Service Catalog as reference (https://www.fiscal.treasury.gov/fsservices/gov/fit/FITFederalFinancialManagementServicesCatalog_Version1.1_5.19.15.pdf), for which financial management processes should the Federal government design best practice processes (e.g., all, procure to pay, inherently governmental processes, other)? 4. What are the benefits and limitations of re-configuring an existing Federal financial system software production instance based on the best practice processes over beginning with an unconfigured financial system? Which would you recommend and why? 5. Could the “best practice” financial system software configuration serve as the starting point for any SSP offering that software? Why? 6. Should the “best practice” financial system software configuration serve as the starting point for any SSP offering that software? 7. What type of pricing arrangements have you used for similar type of work (e.g., share in savings, fixed price)? In addition to the technical information outlined above, respondents shall also provide the following: 1. The name and location of your company, contact information, and identify the company as one or more of the followings: a) small business; b) 8(a) business; c) HUBZone small business; d) small disadvantaged business; e) woman-owned small business; f) veteran-owned small business; g) service-disabled veteran-owned small business, or h) large business. 2. Provide examples of projects where your company has evaluated and implemented a solution that has the same or similar goals to those stated above. In addition to the examples, please provide a customer technical contact and current contact information who could answer questions regarding the project. Examples and points of contact should be no longer than half a page per example. 3. Whether your company has a current vehicle (e.g., GSA schedule, GWAC) that may be used to obtain the goods and/or services you describe in responses to item number 2 above. As a result of information submitted in response to this RFI, the Government may elect to request additional clarification of responses received, presentation of proposed capabilities, and/or demonstrations of available systems. Responses shall be sent to fit@fiscal.treasury.gov no later than 5:30PM (ET) on January 8, 2016 and shall include “BP FM RFI – Attn: C.Madden” in the subject line. These activities do not imply an obligation on the part of the Government to purchase products and/or services, nor to proceed to any request for proposal/quote (solicitation) for such products and/or services. Further, the activities do not obligate the Government to ultimately employ any particular acquisition strategy. The Government shall not be liable for any costs incurred by participants in submitting information and/or attending any subsequent in-person sessions. Submissions of information and/or participation in the sessions confer no rights upon vendors/participants.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BPD/DP/RFI-FIT-16-015/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, 20220, United States
- Zip Code: 20220
- Zip Code: 20220
- Record
- SN03954993-W 20151127/151125233948-fe0679bc6ec385d8e9fe69638ae321d8 (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 |