SOURCES SOUGHT
99 -- Flexible Agile Support for the Homeland - Attachments A-D
- Notice Date
- 5/25/2016
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- DHS-AGILE-00001
- Point of Contact
- Erik Stephenson, , Tonya Pruitt,
- E-Mail Address
-
erik.stephenson@hq.dhs.gov, tonya.pruitt@hq.dhs.gov
(erik.stephenson@hq.dhs.gov, tonya.pruitt@hq.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment D: Proposed Agile Pricing Methodology Attachment C: Government Feedback Video Instructions Attachment B: Proposed Technical Evaluation - Instructions & Criteria Attachment A: DHS Agile Design & Development Support (Scope) The Department of Homeland Security (DHS) is seeking highly-qualified Agile teams skilled in deploying IT capabilities quickly & securely while also yielding a system with a better user-experience. If your company is able accomplish this, DHS is very interested in obtaining additional information and ideas from your industry. We welcome companies that are new to doing business with the Government (non-traditional), traditional Government contractors or a combination of the two. DHS has set a date of June 7, 2106 for comments. However, there will be other opportunities to provide comments and feedback as DHS in partnership with Industry collaborates to develop a new and innovative approach to Agile for DHS. DHS has draft documents, Attachments A-D, that we would greatly appreciate feedback on. These documents include our high level scope, proposed evaluation approach, feedback video, and pricing method. A. OBJECTIVES OF THE REQUEST FOR INFORMATION (RFI) The DHS Office of the Chief Procurement Officer (OCPO) and the Office of the Chief Information Officer (OCIO) are looking for innovative methods and industry best practices to acquire Agile design and development support services. DHS is seeking to establish an agency-wide contract vehicle to provide DHS Headquarters and its Components with Agile design and development support services. The scope of this anticipated agency-wide vehicle will include concepts from the U.S. Digital Services Playbook (https://playbook.cio.gov) such as user-centered design, dev-ops, automated testing, and Agile. This acquisition will be conducted under the auspices of the DHS Procurement Innovation Lab (PIL). The PIL is a virtual lab that experiments with innovative techniques for increasing efficiencies in the procurement process and institutionalizing best practices. There is nothing you need to do differently for this requirement. After an award(s), the PIL project team may reach out to successful and unsuccessful offerors to assess effectiveness of the procurement process and the innovative techniques applied. The anonymous feedback will be used to further refine DHS procurement practices. Additional information on the PIL may be found here-- https://www.dhs.gov/publication/acquisition-innovations-motion. This RFI is part of DHS' continuing market research efforts. This RFI contains several draft documents for the purpose of informing industry and requesting industry feedback. B. REQUESTED INFORMATION DHS is planning an industry day in June of 2016 in which there will be a networking session with potential primes, subcontractors and non-traditional companies potentially interested in entering the federal marketplace. Please submit any questions your company may require for this potential industry day to be meaningful with your submission. The Government intends to publish the industry day attendee list for purposes of subcontracting opportunities, teaming, etc. There will also be an "Add me to Interested Vendors" tab in FedBizOpps. The Government also requests comments and recommendations on the following documents: (a) Attachment A: DHS Agile Design & Development Support (Scope); (b) Attachment B: Proposed Technical Evaluation - Instructions & Criteria; (c) Attachment C: Government Feedback Video Instructions; and (d) Attachment D: Proposed Agile Pricing Methodology. DHS seeks responses from industry which address the following areas: 1. In reviewing the draft documents, what additional information does your company need to make a business decision to support this potential contract vehicle to provide agile services to DHS? 2. Does your company currently have any contracts that would meet this requirement, if so what are they? What is your business size (small business, other than small, etc.)? Are you a non-traditional? 3. The Government is considering a pricing methodology utilizing Fixed Price Teams for an increment of time with a proposed Fixed Ceiling Price. What is industry's perspective (like or dislike) on the anticipated pricing methodology? What pricing methodology would you propose? Please reference Attachment D, Pricing Methodology. The government prefers responses not exceed three (3) pages. All responses are due by 5:00 p.m. EST on June 7, 2016. All responses and inquiries to this RFI must be emailed to: Agile@hq.dhs.gov. The government may have follow-up sessions with your company to further explore their comments or recommendations. Please note that DHS may publish answers to questions and comments received in response to the RFI. Note: The questions and comments published WILL NOT identify the source. THIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATION AND PLANNING PURPOSES ONLY. This does not constitute a Request for Proposal (RFP) or Request for Quotation (RFQ). Those who respond to this RFI should not anticipate feedback with regard to their submissions; other than acknowledgment of receipt - if a request for an acknowledgement is requested by the submitter. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP or RFQ. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Government, and will not be returned. Based in part on the feedback received in response to this RFI, Department of Homeland Security (DHS) may issue a Draft RFP or RFQ. Information provided to the Government will be treated as business sensitive if appropriately marked. Any proprietary information should be clearly labeled as "Proprietary." To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a respondent as "Proprietary" will be appropriately controlled. Sources responding to this RFI should submit the minimum information necessary for the Government to make a determination that the Government's objectives are feasible and realistic given current industry capabilities. Submissions may be reviewed by the Government and support contractors bound by appropriate non-disclosure agreements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/DHS-AGILE-00001/listing.html)
- Record
- SN04128635-W 20160527/160525234608-04a557bdbe56001753a5e36786bcdce4 (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 |