SOURCES SOUGHT
70 -- Request for Information for Web-Based Billing Solutions
- Notice Date
- 3/9/2018
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Nuclear Regulatory Commission, Acquisition Management Division, Acquisition Management Division, 11555 Rockville Pike, Rockville, Maryland, 20852-2738, United States
- ZIP Code
- 20852-2738
- Solicitation Number
- Request_for_Information_for_Web-Based_Billing_Solutions
- Archive Date
- 4/10/2018
- Point of Contact
- Heriberto (Eddie) Colon, Jr., , Joseph Widdup,
- E-Mail Address
-
heriberto.colon@nrc.gov, Joseph.Widdup@nrc.gov
(heriberto.colon@nrc.gov, Joseph.Widdup@nrc.gov)
- Small Business Set-Aside
- N/A
- Description
- GENERAL INFORMATION This is a Request for Information (RFI). This RFI is not a request for proposals; therefore, responses to this notice will not be considered offers and cannot be accepted by the Government to form a contract. Parties that respond to this RFI are advised that the NRC will not pay for any information or administrative costs incurred in response to this RFI; all cost associated with responding to this RFI will be solely at the submitting party's expense. PURPOSE The NRC seeks information to determine the commercial availability and technical capabilities of qualified and responsible sources that are currently capable of providing solutions for the potential requirements described in this RFI. The information that NRC gathers from this RFI and related market research is for planning purposes only and may be used to assist the NRC in planning an acquisition strategy if a new acquisition is deemed appropriate by NRC. BACKGROUND The NRC is conducting market research to identify potentially available commercial solutions that it may procure in the future to improve the efficiency and effectiveness of the NRC's license fee billing process. For context, the NRC typically sends approximately 5,700 invoices per year to its licensees to collect fees pursuant to the NRC Fee Rule. INSTRUCTIONS FOR SUBMITTING A RESPONSE TO THIS RFI To submit a response to this RFI, please do so by e-mail to heriberto.colon@nrc.gov, with a courtesy copy to joseph.widdup@nrc.gov by the response date and time specified in this notice. Responses should be submitted in a format that is readable in Microsoft Office Word 2013, Microsoft Office Excel 2013 and/or Adobe.pdf format and include responses to the questions listed below. QUESTIONS FOR RESPONDENTS In order for NRC to learn about current marketplace offerings and capabilities, the NRC requests that each response include the following, at a minimum. Please correlate the response to the question number. 1.Business Information - i.Unique Entity Identifier (e.g., DUNS number) ii.Organization name iii.Organization address iv.Type of organization with respect to NAICS 541519 (i.e., other than small business, small business, 8(a), woman owned small business, service-disabled veteran-owned small business, veteran-owned small business, HUBZone small business, etc. Please also provide that same information with respect to NAICS 423430 and for NAICS 511210. See FAR Subpart 2.101, Definitions, for definition of various types of business entities.). v.Organization Point of contact, phone and email address for the response to this sources sought notice vi.The Organization's own GSA Federal Supply Schedule Contract Number (if applicable) vii.Point of contact, phone and email address of individuals who can verify the capabilities/experience identified in the responses. 2.Does your organization currently sell a public facing, web based application which can conduct electronic billing activities (i.e. allows registered users to view bills, pay bills directly to Pay.gov site, export bill to Excel format, etc.,)? If so, please provide e a complete description of the solution and related support that your company sells and indicate whether the solution (a) is available for purchase on an open market basis and (b) whether the solution is available for purchase on one or more GSA Federal Supply Schedule (FSS) contracts and/or Government wide Acquisition Contract(s) (GWAC) (specify the contract numbers). Please also include commercial pricing information. 3.If yes to item 2. above, please indicate whether your organization currently sell that solution to any Federal Government agencies in a manner that also meets the following criteria: •Solution is FedRAMP authorized at a moderate impact level or Managed third party provision services (SaaS) supports an overall security categorization of moderate impact level •Solution may be hosted off premises •Solution has capability to access Azure Cloud via a secured connection, FIPS 140-2 validated encryption 4.Does your company have experience as a prime contractor in providing services to integrate a solution described in items 2 and 3 above with CGI Momentum®-based core financial system? If yes, please describe that experience in detail and provide a list of contracts by contract number, dollar vale, scope, timeframe that it took to implement the solution and customer name and contact information for those contracts. 5.Has your organization developed training materials and conducted training courses in conjunction with the implementation of an integrated solution described in items 2 and 3 above? If yes, please explain the training products and services provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/Request_for_Information_for_Web-Based_Billing_Solutions/listing.html)
- Record
- SN04849720-W 20180311/180309231240-717980422ab9d9de9072482624f62548 (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 |