Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2017 FBO #5572
MODIFICATION

70 -- RFI for Investigative Case Management System

Notice Date
2/22/2017
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
02211017OPRCMS
 
Archive Date
4/21/2017
 
Point of Contact
Richard M, Kirby, , John T. Braun,
 
E-Mail Address
OPRCMS@cbp.dhs.gov, John.Braun@dhs.gov
(OPRCMS@cbp.dhs.gov, John.Braun@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Department of Homeland Security (DHS) U.S. Customs and Border Protection (Investigative Case Management System) REQUEST FOR INFORMATION (RFI) Release Date: 2/21/2017 Response Date: 3/21/2017 Purpose: CBP is conducting market research to gain a greater understanding of the full range of available options for an Investigative Case Management System (ICMS). This is an RFI released pursuant to Federal Acquisition Regulation (FAR) Part 10 - Market Research and Part 15.201(e). This RFI's purpose is to obtain market information on viable sources of supply, industry practices, answers to specific questions, and industry comments relating to the attached draft Statement of Work (SOW). Background: U.S. Customs and Border Protection (CBP) a component of the Department of Homeland Security (DHS), currently uses a Commercial Off-The-Shelf (COTS) based application called Joint Integrity Case Management Systems (JICMS) as a case management tool for criminal investigations. CBP is looking to replace JICMS with a new system that provides the same core investigative case management functions along with some new capabilities. CBP is interested in obtaining responses to this RFI from prospective offerors that could provide the services and software required to support the requirements outlined in the attached SOW. The Government encourages the responders to this RFI and prospective offerors to propose the most innovative, cost-effective method in achieving the desired capabilities and results. There are two key milestones that must be met. First, the timeframe for Initial Operational Capability (IOC). This period begins upon receipt of the Letter to Commence. Proposed software solution must attain an Authorization to Operate (ATO) on CBP servers. The ATO process normally takes six months to complete. Once the ATO is approved, the Letter to Commence is issued. This is notionally scheduled for the November 2017 to May 2018 time. IOC is defined as the milestone when all CBP investigative case management users are using the replacement system with at least the same functionality as the legacy JICMS. Because of the fact that IOC must be reached in approximately 12 months from this RFI, which could equate to less than 6 months from selection, the Government ideally seeks responders to this RFI and prospective offerors that can provide low risk system solutions that are operational and would only require configuration changes without changes to software code, but at most, would require minimal software code changes to satisfy the Government's key requirements. The Government anticipates that some additional functionality, which is not required for IOC, but will be required for Full Operational Capability (FOC) will be discovered. FOC is the date at which the government takes full control of the software solution, and is expected to be approximately 18 months (March 2019). Objective: CBP is seeking industry feedback regarding a methodology to acquire an Investigation Case Management System (ICMS) that must be: • Capable of managing all phases of Office of Personal Responsibility (OPR) investigations from initial allegation/complaint (input) to final disposition. • A web accessible application available to CBP office groups throughout the country. • Compliant with Federal Information Security Management Act (FISMA). • Able to meet the processing requirements of CBP OPR and comply with the secure system requirements of the CBP network. • Capable of eventually migrating to a hosted, cloud-based platform within 1-2 years. • The system must be customizable by CBP developers to allow field changes on the screen and adding new fields to the database Opportunity: CBP wishes to identify industry specific information provided by suitable industry business partners to help better define the systems requirements for a Commercial Off-The-Shelf (COTS) Investigation Case Management System (ICMS) to process OPR investigations from initial allegation/complaint (input) to final disposition. The proposed system must be customizable by CBP developers to allow field changes on the screen and adding new fields to the database. The system must be able to route cases through the different investigative phases either manually or automatically, and be usable by groups on a nation-wide scale. The ICMS will be a system of record, and as such shall maintain data integrity while also being easily editable. CBP envisions this ICMS to meet at a minimum the requirements outlined in the attached Statement of Work. Schedule: CBP anticipates deploying an initial operating capability (IOC) of the ICMS in May 2018 and achieving full operating capability (FOC) in March 2019. This schedule is notional and is subject to change. Responses Requested: In an effort to assist CBP in developing ICMS and further refine our requirements, please provide responses to the following questions and requirements. CBP understands that some responses may be conceptual, while others are limited to the type(s) of technologies being considered. Responses should include the following information: See Appendix A Instructions and Response Guidelines: RFI responses are due by 3:00 pm, Tuesday, March 21, 2017 and shall be limited to a total of 50 pages not including foldouts and full size page charts. Page size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. To support budget and planning purposes you may also include rough 10-year cost-to-operate estimates based upon the requirements outlined in the RFI. Information provided will be used solely by CBP as market research and will not be released outside of the CBP ICMS Requirements Team. This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. Responses shall be submitted electronically via email to the Contacting Officer and Business Operations Specialist at Responses to this RFI should be emailed to OPRCMS@cbp.dhs.gov. The subject line shall read: CBP ICMS. NO SOLICITATION EXISTS AT THIS TIME. Up to six responses may be selected by CBP for in additional person question period not to exceed 30 minutes. CBP Contact Information: Contracting Officer, John Braun Contract Specialist, Richard Kirby Business Operations Specialist, Charles Vinson Customs and Border Protection Enterprise Services Office of Procurement Suite 1310, National Place Attn: Richard Kirby 1331 Pennsylvania Avenue, NW Washington, DC 20229 The Government is not required to respond to any information provided in response to this RFI. It is the responsibility of the interested parties to monitor Fedbizopps.gov for additional information pertaining to this RFI. LIST OF ATTACHMENTS: 1. Draft Statement of Work (SOW)   Appendix A: Interested Vendor Overview Questions Interested Vendors are requested to submit brief answers to the following: • Company Name and DUNS Number • Business Size - Is your company a small or large business based on NAICS 541512- Computer Systems Design Services? • Product/Solution Description • Contract Vehicles - Is your product/solution available on GSA IT70 or on a GWAC? Please provide the identifiers of any such contract vehicles on which your product/solution is available on. • System Use - Provide a brief description of the number of organizational customers that have acquired the precise product/solution you propose to use/configure/modify to meet CBP requirements, the daily transaction volumes for each organizational customer and the number of users at each organization (if known), along with the specific "mission" or application for which your product/solution is used by each organizational customer and the date when your product/solution began production operations with each organizational customer. For those customers which required configuration please provide the scope of the configuration changes for each customer and how long it took to implement those configuration changes to the customers' satisfaction, prior to system testing. Also include an explanation of whether the product/solution is considered to be an ‘Investigative Case Management' product/solution (See definition of ICMS in Attachment 1- Statement of Work). • Law Enforcement Applications - Is your system implemented and in-use in a law enforcement production environment for investigative case management? If yes, identify each and all organizational customers/system name and references including contact information (i.e. LAPD, ICE, FBI) as well as when the system reached full operational status with each law enforcement user. • Costs - Based on experience and on the descriptions below, provide estimated base and O&M costs using a chart similar to below: - Software licenses - Identify costs associated with the product and any 3rd party software, including annual maintenance - Releases/patches - Identify software costs associated with following the recommended upgrade path - Labor - Identify labor costs to support the system and cost to install/implement upgrades (based on recommended upgrade path) - Other costs - Identify any other costs associated with supporting the system. • Hardware Environment - Describe the hardware environment required for production operations and to support your system/solution. • Hardware Environment Transition - Describe the capability of the proposed hardware environment required for production operations and to support to be transition to a hosted cloud-based service over the next 1-2 year timeframe. • Implementation Model - How is your solution implemented? For example, is your company the sole implementer or are other companies also able to implement your product? Provide a brief explanation. Examples may include ability to train/certify government developers to maintain; evidence of third party companies being able to support; etc. • Customizations - Explain how software development of customizations (i.e., modifications) would be conducted and managed, if required. For those customization(s) listed earlier which required such customizations, please provide a general description of the scope of those changes and how long it took to develop those changes to the customer's satisfaction, prior to system testing. • Interfaces - Describe your system's approach to interfaces, specifically any existing interfaces to law enforcement/other significant entities currently in production and the ability to add new interfaces. • Pre-Implementation Upgrade Path - When development of any required customizations is complete, will the most current version of the product be installed? What is your approach for installing patches during development of these customizations? • Post-Implementation Upgrade Path - Describe your approach to "routine" product upgrades post-implementation that apply to all of your customers of the proposed product/solution, including how upgrades are handled when customer selects not to upgrade on a scheduled basis. Also, describe your approach of notifying customers of software patches. • What is the product support posture/cost if the government falls 1, 2, or even 3 major upgrades behind the commercially available solution? • What level of abstraction or layering will be available such that a major upgrade/core product will have limited impact to configuration changes/customizations based on customer/client need? • Licensing Model - Describe your licensing model (i.e. annual, name seats, or perpetual). • Property Rights - What are the property rights of your product, including ownership of the source code, in the event of company bankruptcy, sale of company, relationship with customer ends, etc.? • Proprietary Solution - Is any part of your system or solution you would propose proprietary? If so, please describe.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/02211017OPRCMS/listing.html)
 
Place of Performance
Address: Contractor site, United States
 
Record
SN04410939-W 20170224/170222235226-345d372aaed40ef60099dc209457a91b (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.