Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2015 FBO #5124
SOURCES SOUGHT

D -- Seeking small businesses that can provide IT and Contact Center Operations for the EFAST2 Program - Draft Statement of Work

Notice Date
12/2/2015
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
16EBSAOTINAT0004
 
Archive Date
4/29/2016
 
Point of Contact
Daniel Rosenstengel, Phone: 2026937167, Rachel E. Johnson, Phone: 2026937969
 
E-Mail Address
Rosenstengel.Danie@dol.gov, Johnson.Rachel.E@dol.gov
(Rosenstengel.Danie@dol.gov, Johnson.Rachel.E@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work (SOW) Information Technology (IT) System Sources Sought and RFI Criteria This is a combined sources sought and RFI announcement for information and planning purposes only. It is not to be construed as a commitment by the Government. A contract may not be awarded because of this sources sought and RFI announcement. The Department of Labor (DOL) is seeking: 1. To identify interested small businesses capable of providing IT and Contact Center Operations for the EFAST2 Program in support of the Employee Benefits Security Administration (EBSA) 2. Comments regarding the Draft SOW, and 3. Comments regarding the firm's ability to develop a proposal that clearly articulates the firm's plan to update existing EFAST2 designs/code or develop new designs/code based on EFAST2 designs and code. Only small businesses are to submit capability packages. The Government will determine the set-aside category upon evaluation of capability packages in accordance with FAR Part 19. This requirement will be solicited under full and open competitive procedures if capability packages are not received from at least two responsible small businesses; or, if the Government determines that no small business concerns, in accordance with FAR Part 19, are capable of performing this requirement based upon an evaluation of the capability packages submitted. Contractors are requested to submit a Rough Order of Magnitude estimate with the statement of capabilities submission. Contractors are responsible for all costs for submitting their capability packages. All contractor capability packages and/or responses to this RFI are due by January 31, 2016 @ 8:00 PM, EST to ROSENSTENGEL.DANIE@DOL.GOV The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the draft Statement of Work. Capability packages must not exceed 15 pages and must be submitted electronically to ROSENSTENGEL.DANIE@DOL.GOV To be considered responsive to this RFI, firms shall demonstrate in writing their ability to responsibly meet all of the qualifications stated under this section of the RFI as part of their corporate capabilities submission. Small businesses are to demonstrate their experiences in answering the following: 1. Do you have evidence of successful IT and contact center past performance similar in scope and size to the draft EFAST2 SOW? 2. Do you have experience coordinating public-facing IT and contact center volume and operational fluctuations on a single project of similar size? 3. Have you successfully met availability, timeliness, and accuracy incentive-based performance standards similar in strictness? 4. Do you have experience in developing and maintaining an IT system of similar size and complexity leveraging a cloud environment? 5. Have you developed and maintained multiple SOAP-based web services for third party software product use? 6. Have you developed and maintained a large, complex XML-based filing system consisting of several hundred business logic rules and used XML schema to determine acceptability of submissions? 7. Have you developed and maintained a public-facing web-based system to register and verify business entities with unique credentials for individuals? 8. Have you maintained NIST 800-53 security controls at a moderate level and IRS Publication 1075 security controls in an IT system and contact center? 9. Do you have two (2) data centers that meet Tier 2 or higher robustness as defined by TIA 942 and two (2) geographically disperse contact center locations within the Continental United States that provide services of similar size and complexity? 10. Do you have a Federal Certified financial system that is in compliance with EBSA invoicing requirements? 11. Are you CMMI Level 4 certified? General Instruction: Provide Corporate Information to include the following: 1. DUNS number 2. Company Name 3. Company Address (including point of contact, phone number and email address) 4. Set-Aside Type/Size of company and associated NAICS code as validated in SAM.gov Specific Instructions: 1. Provide an estimated cost for the efforts as described in the draft Statement of Work (SOW); 2. Describe corporate knowledge and expertise related to each of the 11 items above; 3. Describe work performed, within the last 5 years for each of the 10 areas below; 4. Interested firms are encouraged to submit capability statements no more than 15 pages in length summarizing their experience fulfilling similar requirements on systems of similar complexity and size 5. Comments on this DRAFT SOW will be accepted via E-mail to: EBSA-NO-OTIS-EFAST@DOL.GOV; and 6. To be considered, comments must be received by January 31, 2016 8:00 p.m. eastern time. This E-mail address is for receipt of comments only and shall not be used for any other correspondence. Criteria for Response EBSA seeks comments on the attached DRAFT SOW from firms that are capable of performing the work, which can be summarized as follows: 1. Maintain a secure, accessible web portal that allows users to electronically file Form Series 5500 filings; 2. Provide a system based on Extensible Markup Language (XML) allowing filers to submit filings directly through the website or via approved third party software's web service requests; 3. Check all filings for accuracy and completeness using XML schema validation and edit tests, and quickly returning acceptance/rejection messages to the filer via email; 4. Allow stakeholders such as plan administrators, plan transmitters, and software developers to electronically register and attain electronic filing credential; 5. Provide a contact center and related customer support features to filers, software developers, and other stakeholders interfacing with the system; 6. Provide support to third party software developers that develop electronic filing software with which filers may complete, validate, and submit filings through contractor-specified web services. This support would include electronic filing technical specifications, technical support, testing, certification, and other ongoing support; 7. Manage all IT and related telecommunications equipment associated with the web portal; 8. Establish and maintain all required security on the portal based on varying degrees of access control and authorization, as well as physical, personnel, administrative, and computer security for the filing data, processing facility, and staff, including supporting Government conduct of a Minimum Background Investigation (MBI) for each assigned staff member; 9. Establish an end-to-end tracking function that records the processing history and current status of all filing submissions received; and 10. Meet or exceed the contractually specified availability, timeliness, and accuracy performance standards specified in the solicitation. Please refer to the DRAFT SOW for additional information on the contractual terms and conditions, performance standards, functional, security, and other related requirements. EBSA is interested in receiving comments regarding the attached Draft SOW. In particular we are interested in comments regarding innovative alternative ways to ensure efficiency and effectiveness of the project goals and objectives. We are also particularly interested in comments regarding the firm's ability to develop a proposal that clearly articulates the firm's plan to update existing EFAST2 designs/code or develop new designs/code based on EFAST2 designs and code being made available solely for bidder informational purposes in a restricted Reading Room in hardcopy that may not be copied or taken out of the Reading Room. *** Questions will be answered at the discretion of the program office seeking information. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/16EBSAOTINAT0004/listing.html)
 
Place of Performance
Address: 200 Constitution Avenue, N.W., Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN03958786-W 20151204/151202234531-a2008b7688024debf2402337349fbd45 (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.