SPECIAL NOTICE
D -- Ex-Im Bank OIT BPA Request for Information (RFI)/Sources Sought - RFI EXIM-16-I-0001
- Notice Date
- 6/10/2016
- Notice Type
- Special Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Export - Import Bank of the United States, Office of Contracting Services, Contracting Services, 811 Vermont Avenue, N.W., Washington, District of Columbia, 20571
- ZIP Code
- 20571
- Solicitation Number
- EXIM-16-I-0001
- Archive Date
- 7/12/2016
- Point of Contact
- Justin Fraser, Phone: 2025653412
- E-Mail Address
-
Justin.Fraser@exim.gov
(Justin.Fraser@exim.gov)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENT I: Draft Performance Work Statement Request for Information (RFI) Introduction: DISCLAIMER: THIS IS NOT A SOLICITATION. This is a Request for Information (RFI) and Sources Sought Notice to conduct market research and determine the interest and feasibility of small business set-asides. This RFI/Sources Sought notice is issued solely for information and planning purposes - it does not constitute a solicitation or a promise to issue a solicitation in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. The Export-Import Bank of the US (The Bank or Ex-Im Bank) is not, at this time, seeking proposals or quotes and will not accept unsolicited proposals or quotes. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI/Sources Sought Notice; all costs associated with responding to this RFI/Sources Sought Notice will be solely at the interested vendor's expense. Not responding to this RFI/Sources Sought Notice does not preclude participation in any future solicitation, if any is issued. Any information submitted by respondents to this RFI/Sources Sought Notice is strictly voluntary. All submissions become Government property and will not be returned. This announcement is based upon the best information available and is subject to future modification. Overview: The Export-Import Bank of the United States/Resource Management Group/Office of the CIO(Ex-Im Bank/RMG/OCIO) seeks Contractors to provide project management, requirement's elicitation and documentation, design, development, quality assurance, testing, training, documentation and support for selected Bank systems. These include both on-site systems and systems in the Cloud, including the following: • Ex-Im Bank's Drupal 7 AWS GovCloud environments and both the intranet (EXIMConnect) and extranet (EXIM.gov) • Intranet and extranet associated ColdFusion systems, including the Customer Map, Daily Clips, and multiple Adobe LiveCycle/Adobe Acrobat forms • Ex-Im Bank's CRM systems in the Cloud which are currently SalesForce and HubSpot • SharePoint in the Cloud • Ex-Im Bank's Reporting System (ERS) and associated reports, which are hosted on EXIM Bank servers. ERS is built on an OBIEE platform using OBI as the ETL tool of choice to populate the data warehouse. Hyperion is the reporting tool and user interface. • Ex-Im Bank's Financial Management System (FMS-NG) that is based on the Oracle Federal Financials, E-Business suite (EBS) and is hosted on Oracle's Managed Cloud Services (MCS) • Ex-Im Bank's "home grown systems" that use a J2EE platform, Documentum for document management, and Oracle back-end databases. These are the EXIM On-Line (EOL) system, the Asset Monitoring System (AMS) system, and the Case Creation Collaboration (C3) System. These systems also use Oracle views and OSB services to share data between systems. • The Master Data Management (MDM) system which is built on Informatica MDM COTS product, uses an Oracle database and OSB services and views to services to share data between systems with C3, EOL, AMS and FMS. • The Letter of Interest (LI) application that is an Avoka based application system that uses Adobe LiveCycle for workflow management. The Bank anticipates awarding Blanket Purchase Agreements (BPAs) to multiple contractors as a result of any potential solicitation. Individual task orders would then be competed amongst BPA holders in order to earn the rights to that specific task's BPA call award. Attachment: 1. Attached is a copy of the draft BPA Performance Work Statement (PWS) detailing the scope and requirements for this requirement as well as a background of the systems used at Ex-Im Bank: ATTACHMENT I: Draft Performance Work Statement (S01 OIT BPA PWS Final Draft.docx) Specific Response Instructions: Please submit your RFI/Sources Sought response to the Contracting Officer, Justin Fraser at Justin.Fraser@exim.gov in accordance with the following instructions: 1. No more than 20 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company; 2. Address the content in the Draft Performance Work Statement and the subsequent "Information Requested from Industry" section; 3. Submit your response via email to Justin.Fraser@exim.gov with subject line "Response to RFI/Sources Sought Notice EXIM-16-I-0001; 4. Submit your response by 12:00 P.M. Eastern Time on June 27, 2016; 5. Mark your response as "Proprietary Information" if the information is considered business sensitive; 6. No marketing or promotional materials are allowed as part of this RFI/Sources Sought Notice; 7. The Government will not review any pages that are in excess of the 20 page limitation. Information Requested from Industry: In response to the RFI/Sources Sought Notice, interested contractors shall submit the following information: 1. Company Information/Socioeconomic Status - a. Provide the company's socioeconomic size/status, DUNs number, CAGE code, and the POC information (name, email address, telephone, and fax numbers). b. The Bank has identified potential North American Industry Classification System (NAICS) codes of 541511: "Custom Computer Programming Services", which has a size standard of $27.5 million and 541512: " Computer Systems Design Services ", which has a size standard of $27.5 million for this RFI. Please identify and explain any other NAICS code your company believes would better represent the predominate work included in the attached PWS. c. Indicate whether your company has any government-wide contracting vehicles such as Federal Supply Schedules (i.e. GSA Advantage!), GWACs (i.e. NASA SEWP or NITAAC) or anything else (i.e. BPAs, ID/IQs, etc.). Provide the contracting vehicle's award number for each response. 2. Background/Past Experience - Provide the following information on a maximum of three projects similar in terms of size, scope and complexity to the systems at Ex-Im Bank that your company has experience with as either a prime contractor or subcontractor within the last three years: a. Project title b. Project dollar value c. Project contract type (FFP, T&M, CR) d. Client's company or agency name e. Client's POC name (project's COR if a government project) f. Client's POC address g. Client's POC telephone number h. Client's POC email address i. A description of the project, including difficulties and successes j. A description of your company's role in the project, including difficulties and successes k. A description of how this project is related to the efforts we're looking for as presented in this draft BPA PWS 3. Capabilities/Qualifications - Overview of proposed solution(s). 1. Include a description of the capabilities/qualifications/skills your company possesses for each of the below statements: a. Assessment of capabilities to perform requirements noted in the RFI/Sources Sought Notice draft BPA PWS. Please note all possible Task Areas your firm is interested in as well as your capacity to perform in that space. b. A brief synopsis of the approach your firm would take to perform under the Task Areas you're interested in. c. A brief overview of IT-related areas that your firm specializes and what your firm specifically brings to the table that is unique and would add value to future Ex-Im Bank IT procurements. 4. Questions to Vendor Community - Ex-Im Bank is seeking industry's input and advice in order to improve the quality of our IT procurements and develop quality relationships that cultivate a mutually beneficial atmosphere between Ex-Im Bank and its industry partners. Provide your input to the following questions that will allow Ex-Im Bank to enhance its IT procurement efforts: a. In regards to this potential IT-oriented BPA, explain the pros and cons of the current one-sized fits all approach. Do you think this approach will work for a BPA of this magnitude or should Ex-Im Bank consider other contracting vehicles or BPAs that are more specialized (i.e. one BPA for the development Task Areas, another for the web services and a third for the CRM component? Please justify why you believe your proposed approach would provide the best value to Ex-Im Bank. b. Provide feedback and best practice approaches in regards to contract you've experienced in your firm's contractual relationships with both Government and the private sector. Please consider modular contracting, performance based acquisitions and other unique and innovative contractual agreements you've come across that have enhanced the quality of the delivered product or service. c. Would your firm be interested in some sort of small business roundtable or industry day where your firm gets to learn about our IT systems? What type of information would you like to see from Ex-Im Bank at these or other events that would improve the quality of Ex-Im Bank's IT acquisitions? d. Any other best practices, advice or feedback that your firm has that will enhance the quality of Ex-Im Bank's IT procurements. 5. Teaming Arrangements - Description of Teaming Partners, Subcontractors or Joint Ventures that your company would consider to perform the work. 6. Price information - Provide your commercial price history and rough order of magnitude for the same or similar products/solutions. 7. Other Market Information - Provide any other relative information. Please limit this information to the 20 page limit.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/XMBANK/OAS/CA/EXIM-16-I-0001/listing.html)
- Place of Performance
- Address: 811 Vermont Ave., NW, Washington, District of Columbia, 20571, United States
- Zip Code: 20571
- Zip Code: 20571
- Record
- SN04145562-W 20160612/160610233923-bdd345969a778375d674b520019c5706 (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 |