DOCUMENT
R -- REQUEST FOR INFORMATION - FINANCIAL MANAGEMENT AND INFORMATION TECHNOLOGY (FMIT) SUPPORT SERVICES FOR THE OFFICE OF PERSONNEL MANGEMENT (OPM) AND NATIONAL SCIENCE FOUNDATION (NSF) - Attachment
- Notice Date
- 9/16/2016
- Notice Type
- Attachment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-722 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
- Solicitation Number
- 25573
- Response Due
- 9/30/2016
- Archive Date
- 9/30/2016
- Point of Contact
- Cynthia Dates, cynthia.dates@faa.gov, Phone: 405-954-7850
- E-Mail Address
-
Click here to email Cynthia Dates
(cynthia.dates@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Request For Information (RFI) for the future procurement of an Information Technology (IT) contract best suited for IT support that is not inherently governmental in function nor for which mission requirements dictate the tasks be performed by federal employees. The responses to this RFI will be used for informational purposes only. This is not a request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to this RFI; therefore, any cost associated with voluntary responses are solely at the interested vendors expense. The North American Industry Classification System (NAICS) code for these requirements is 541519, Other Computer Related Services with a size standard of $25.5 Million. At this time, the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The purpose of the RFI is to solicit statements of interest, capabilities, and rough orders of magnitude from all businesses that are interested in and capable of performing these IT support services. The RFI is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the potential acquisition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. 1.0 BACKGROUND The FAA ™s Enterprise Services Center (ESC) is an Office of Management and Budget (OMB) designated Financial Shared Services Provider under the Financial Management Line of Business (FMLoB) and Information Systems Security Line of Business (ISSLoB) programs. ESC is also a General Services Administration (GSA) accredited Third Party Assessment Organization (3PAO) under the Federal Risk and Authorization Management Program (FedRAMP). In addition, ESC provides a full spectrum of IT services spanning application development, system hosting, disaster recovery and Help Desk. ESC operates as a fee for service (franchise) organization, providing services to a multitude of federal agencies. 2.0 PURPOSE OF ANNOUNCEMENT The goals of this Request for Information are to identify capable sources based on answers to the following questions: --Question 1 - Identify the federal clients for whom you have successfully implemented on Oracle E-Business Suite (EBS) 12.1 or higher in a Federal multi-bureau, multi-module, enterprise-wide environment. Identify your approach for the multiple bureaus (i.e. all at once, phase, etc.). Provide the following information: a) Federal client name, b) Approach (i.e. all at once, phased, etc.), c) Approaches explored and why you chose the approach you utilized, d) Government POC within the Federal client organization. --Question 2 - Identify the number of federal clients you have successfully implemented into a production environment of Oracle E-Business Suite 12.1 or higher that included an integrated procurement, grants management, OBIEE and Hyperion solution. Provide the following information: a) Federal client name, b) Version of EBS implemented into production (i.e. Release 12.1.1 or higher.), c) Implementation timeline (i.e. 6 month, 1 year, etc.), d) Grants Management solution utilized (i.e. Oracle Enterprise Grants Management, etc.), e) Integrated Procurement solution utilized (i.e. Compusearch, Oracle, etc.) Demonstrated experience with Operations & Maintenance Support within the last five years, f) Government POC within the Federal client organization. --Question 3 - As a shared service provider, it is important to ESC that all implementation solutions meet FISMA requirements. Identify the federal clients you have implemented Oracle E-Business Suite (EBS) in a federal environment that has been certified as in compliance with FISMA Moderate requirements. Provide the following information: a) Federal client name, b) Implementation date, c) Version of EBS (i.e. Release 12.1.1, or higher.), d) Date FISMA certification received, e) Special adjustments to meet FISMA certification if any were required; d) Government POC within the Federal client organization. --Question 4 - Identify your proven assets utilized with Oracle E-Business Suite (EBS) implementation approach that provide potential for both accelerated delivery (value-add implementation accelerators) as well as help limit ongoing development costs. Provide the following information: a) Asset name or methodology (i.e. Oracle Business Accelerators, Mach2, templates, libraries, etc.), b) Number of implementations utilizing the accelerator, c) Number of years using the accelerator. d) Government POC within the Federal client organization. --Question 5 - Identify the federal clients that you have successfully executed the systems development life cycle (SDLC) implementation of Oracle E-Business Suite (EBS) in the last three (3) years, including data migration/conversion strategies, configuration management, requirements management, testing approach and process re-engineering approach:. Provide the following information: a) Federal client name, b) Date of implementation, c) Version of EBS (i.e. Release 12.1.1 or higher) at implementation, d) Oracle modules implemented (i.e. General Ledger, Fixed Assets, etc.), e) Government POC within the Federal client organization. --Question 6 - Identify the federal clients that you have successfully executed the systems development life cycle (SDLC) implementation of Compusecearh PRISM in the last three (3) years, including data migration/conversion strategies, configuration management, requirements management, testing approach and process re-engineering approach:. Provide the following information: a) Federal client name, b) Date of implementation, c) Version of PRISM (i.e. Release 7.1 or higher) at implementation, d) PRISM modules implemented (i.e. PRISM Basic Procurement, PRISM Grants modules, BI Dashboard, Procurement interface to FedConnect, PRISM Grants interface to FedConnect, CAC/PIV card module.), e) Government POC within the Federal client organization. --Question 7 - Identify your current Capability Maturity Model Integration (CMMI) Level. Provide the following information: a) Standard CMMI Appraisal Method for Process Improvement (SCAMPI) appraisal level (i.e. Class A, B or C), b) CMMI Level (i.e. Level 2, Level 3, Level 4 or Level 5). --Question 8 - Identify your experience with organizational change management practices, including the ability to deliver training programs to a geographically dispersed organization of 5,000 or more employees that you have been engaged with within the past three (3) years. Provide the following information: a) Client Name, b) Client Employee Size, c) Training Approach (i.e. on site, video tutorials, virtual, classroom, etc.), d) Government POC within the Federal client organization. --Question 9 - Identify your knowledge of U.S. Office of Personal Management (OPM) and U.S. National Science Foundation (NSF) business environment to convey understanding of agency operational processes needed to develop approaches to promote standardization across the Department in adapting a shared service business solution. Include the following information: a) Agency name (i.e. NOAA, NIST, Census, etc.), b) Knowledge of OPM and NSF systems or business process (i.e. asset management, grants, etc.), c) Identify number of years involvement with known process or system, d) Year knowledge gained (i.e. 2000, 2010, 2015 etc.). --Question 10 - Identify your understanding of OPM and NSF project objectives and business environments in a manner that conveys ability to perform low-risk transition of OPM & NSF from current to future state. Include the following information: a) Agency name (i.e. BEA, BLM, NEH, etc.), b) Identify number of years of involvement with Agencies, c) Recognition received during involvement (i.e. Awards, renewed contract, etc.). --Question 11 - Identify the federal clients for whom you have successfully provided Operations and Maintenance support using Oracle E-Business Suite (EBS) 12.1 or higher and Compusearch PRISM systems for a Federal multi-bureau, multi-module, enterprise-wide environment using an automated help desk tool (i.e. Remedy, Assyst etc.). Provide the following information: a) Federal client name, b) Software used, c) Approaches explored and why you chose the approach you utilized, d) Government POC within the Federal client organization. --Question 12 - Identify your experience with supporting the FAME and M3 respective frameworks. a) Provide the federal clients for whom you have successfully provided this support, b) Government POC within the Federal client organization --Question 13 “ Provide two (2) examples that demonstrate your experience with contracts that value over $10 Million per year within the last five years. --Question 14 “ Provide two (2) examples that demonstrate your experience with Oracle Federal Financials E-Business Suite (EBS) 12.1 or higher and Compusearch ™s PRISM (e.g. CBIS, iTRAK, DELPHI) within the last five years. --Questions 15 “ Provide two (2) examples that demonstrate your Discovery/Planning and Implementation experience using Oracle Federal Financials E-Business Suite (EBS) 12.1 or higher and Compusearch Procurement 7.1 or higher systems within the last five years. --Question 16 “ Provide two (2) examples that demonstrate your hosting experience for transition support using Oracle Federal Financials E-Business Suite (EBS) 12.1 or higher and Compusearch Procurement 7.1 systems within the last five years. --Question 17 - Explain how your company would be able to accomplish a minimum of 51% of the required services without subcontracting. 3.0 INSTRUCTIONS Responses, submitted electronically in MSWord or Adobe PDF format, are limited six (6) pages excluding a completed Business Declaration, using 12 point Times New Roman font (or similar) with 1 inch margins. Responses are due no later than 12:00 P.M. (CST) on September 30, 2016. All interested parties must submit their responses via email to cynthia.dates@faa.gov. Questions must be in writing. No phone calls please. Respondents are to outline the information in the following categories/format: A. Company Overview Provide a brief description of your company, services, business size, and point(s) of contact, including name, address, phone, and email address. Include a completed Business Declaration. B. Reponses to RFI questions listed above. Thank you for your interest! If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/25573 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/25573/listing.html)
- Document(s)
- Attachment
- File Name: Business Declaration (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/70148)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/70148
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Business Declaration (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/70148)
- Record
- SN04275196-W 20160918/160916234651-d169dfbfe2eacaa499f1e5d4e16c5352 (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 |