SOURCES SOUGHT
70 -- Electronic Archive and Records Management System (EARMS) - DRAFT PWS
- Notice Date
- 3/23/2016
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Other Defense Agencies, Department of Defense Education Activity, DoDEA Headquarters Procurement Branch, 4800 Mark Center Drive, Alexandria, Virginia, 22350, United States
- ZIP Code
- 22350
- Solicitation Number
- HF1026-16-RFI-8003
- Archive Date
- 4/19/2016
- Point of Contact
- Jerome Carter, Phone: 7026997420
- E-Mail Address
-
jerome.carter@hq.dodea.edu
(jerome.carter@hq.dodea.edu)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS SOURCES SOUGHT ANNOUNCEMENT The Department of the Defense Education Activity (DoDEA), VA on behalf of The Department of Defense Inspector General (DoDIG), is seeking sources for an Electronic Archive and Records management System (EARMS). CONTRACTING OFFICE ADDRESS: Department of Defense Education Activity, Procurement Division, 4800 Mark Center Drive, Alexandria, VA 22350-1400. INTRODUCTION: This is a SOURCES SOUGHT to conduct market research and determine the availability and technical capability of all sources to provide the required products and/or services. DoDEA is seeking information from potential sources for an EARMS and Professional Support for the configuration and installation supporting software components to be deployed throughout the Agency, in accordance with the attached Performance Work Statement (PWS). DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: This is a new requirement. REQUIRED CAPABILITIES: The Government requires support service in accordance with the attached PWS. The intent of this Sources Sought is to determine if there are sources capable to provide the required support, while gathering information that may assist on the improvement of this requirement. All questions and comments are welcome. SPECIAL REQUIREMENTS None. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 511210, with the corresponding size standard of $38.5.M. This Sources Sought Synopsis is requesting responses to the following criteria from all sources that can provide the required services under the NAICS Code. To assist DoDEA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). CAPABILITY STATEMENT [Interested contractors must identify and or demonstrate the following:] 1. Demonstrate experience with successfully implementing the identified COTS in a Federal agency. 2. Identify and demonstrate the ability to provide a Commercial off-the-shelf- IT solution (COTS) to fulfill the OIG requirements and objectives outlined in the attached PWS. 3. Please briefly describe your deployment, testing, and piloting strategy to meet the working requirements of phase 1 within 6 months of potential purchase. 4. Please provide the general specs of your system and explain how it is able to meet the Governments requirement. 5. Please explain how your licenses are sold and what is included in the cost of the licenses. 6. Please tell if your system/license cost is based on users. If based on users, please provide a cost estimate for 1600 users. 7. If based on storage, the Government requires; - 30 terabytes storage during calendar year 2016 for electronic messages; - 20 terabytes of unstructured data storage during calendar year 2018; - 5 Terabytes of structured data storage during calendar year 2019. 8. Please tell how your company's cost of annual maintenance is based. 9. Please describe how your training will be made available to the government (electronically or online only). 10. The Government envisions implementing this EARMS system in three phases. If your company doesn't think this is possible please provide your company's solution. 11. Please provide an estimated cost per phase to complete this proposed requirement. SUBMISSION DETAILS: Responses must include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this sources sought should send responses via email NLT April 4, 2016, 1:00 PM Eastern Daylight Time (EDT) to Mr. Jerome Carter at jerome.carter@hq.dodea.edu. Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services listed in the attached draft Performance Work Statement (PWS). The response should not exceed a 10 MB e-mail limit for all items associated with the response. Responses must specifically describe the contractor's capability to meet the requirements outlined in this notice. Oral communications are not permissible. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DoDEA/ArlingtonVA/HF1026-16-RFI-8003/listing.html)
- Record
- SN04060189-W 20160325/160323235604-e70e06622e4865804f8dcb2c489efefd (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 |