Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2018 FBO #6078
SOURCES SOUGHT

D -- Email management - Capability Worksheet- Attachment 1

Notice Date
7/13/2018
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Labor, Bureau of Labor Statistics, Procurement and Property Management, 2 Massachusetts Avenue, NE, Room 1830, Washington, District of Columbia, 20212
 
ZIP Code
20212
 
Solicitation Number
BLS
 
Archive Date
8/18/2018
 
Point of Contact
Lisa Sawyer, Phone: 2026916181
 
E-Mail Address
Sawyer.Lisa@bls.gov
(Sawyer.Lisa@bls.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Capability Worksheet- Attachment 1 Sources Sought and Request for Information (RFI) for Email Management Software 1.0 Acquisition Background: The Bureau of Labor Statistics (BLS) is seeking information from qualified vendors that can provide a technical solution for records management (RM) email management activities. The proposed requirement is currently classified under the North American Industry Classification System (NAICS) Code 511210. The government is seeking information from vendors that can provide an automated email management solution capable of culling, classifying, archiving, and maintaining emails in accordance with the National Archives and Records Administration (NARA) email management policies. More specifically, the vendor's solution shall be able to capture 100% of email and classify according to whether it is a Federal Record and whether it is: 1) Permanent 2) Temporary 3) Transitory 4) Controlled Classified 5) or a Non-record. See Attachment 1 for required capabilities and Attachment 3 for definitions. The solution will then assign retention and disposition policies in accordance with BLS records management schedules. In addition, the solution shall facilitate the implementation of litigation holds and record freezes, as well as facilitate searches and email retrieval in response to the Freedom of Information Act (FOIA) and electronic discovery requests. DISCLAIMER: This Sources Sought/RFI is issued solely for information and planning purposes only and does not constitute a solicitation or request for proposal or quote. All information received in response to this Sources Sought/RFI hat is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought/RFI. 2.0 Instructions: Please provide the following: 1)Provide a written statement of overall capabilities and proposed solution. 2)Complete the Email Management Capability Worksheet (in Excel), Attachment 1. 3)Complete all sections of the Market Research Questionnaire, Attachment 2. Please provide your response in PDF or Microsoft Word and Excel format via email to lisa.sawyer@bls.gov no later than 5:00 P.M. EST Friday, August 3, 2018. Proprietary information should be clearly marked. All questions should be submitted within 10 business days of this posting. In the email subject line state "RFI Response Culling Requirement and your company name". Failure to provide documentation may result in the Government being unable to adequately assess your capabilities. The Government is under no obligation to consider information received after the due date as part of the formal market research for this sources sought synopsis. 3.0 PURPOSE OF SOURCES SOUGHT/RFI: The purpose of this RFI is to assist BLS in conducting market research of software available to manage email. All vendor responding to this announcement must demonstrate their ability to meet the requirements outlined in the Email Management Capabilities worksheet or provide additional information on other considerations. Responses should be detailed enough to address each of the listed requirements to demonstrate that the vendor's solution will meet requirements as outlined. Important factors for consideration include: •Ability to provide a full lifecycle solution for email capture, retention, disposition, and permanent transfer to NARA, if required, in accordance with NARA email management policies •Ability to cull and classify email based on preprogrammed rules and content into these categories: 1) Permanent 2) Temporary 3) Transitory 4) Controlled Classified 5) Non-record (see attachment 3 for definitions) •Compatibility with Microsoft Outlook Exchange 2013 and Microsoft Exchange Server 2013 •Provides solutions for on premise systems and servers Provide the following Point of Contact information along with your responses: Company Name: DUNS Number: Address: Point of Contact: Point of Contact position: Phone Number: Email Address: This information will be used for market research purposes only and will not be used as a part of the source selection evaluation. All information received will be protected and safeguarded as acquisition/source selection sensitive in accordance with FAR Part 2.101 and 3.104, Procurement Integrity. 3.1 Please refer to Attachment 1: Email Management Capabilities Worksheet and provide a response code for each of the requirements. Attachment 2: Market Research Questionnaire Please complete the following summary table and respond to the questions below. Summary Table: Please indicate your business classification and NAICS Code Large BusinessSmall Business Classification (eg: None, 8(a), SDVOSB, etc.)Size StandardPrimary NAICS Code Market Research Questions: a.Explain the extent to which your company is able to meet all requirements from the Email Management Capability Worksheet? b.If unable to perform all requirements outlined in Attachment 1, please explain which of the requirements you are able to perform in their entirety. c.Describe your company's experience providing solutions for each of the five main requirement categories. If no experience in a given category, please indicate "No Experience". d.Describe the amount of customization, if any, your solution will require to meet all requirements as outlined. e.Provide a brief summary of the type of long-term maintenance support service offered for the life of the offeror's software. f.Describe software's ability to keep up with Microsoft software updates. g.Provide a cost estimate for the initial commercial off the shelf software and include a detailed description of the type of license, functionality and any training and maintenance included. h.Provide any best practices or suggestions the Government may be interested in for this type of requirement. i.Is this solution available on an existing government contract? Please provide the contract number. Attachment 3: Definitions Federal Records consist of records created or received by a Federal agency as evidence of the organization, functions, policies, decisions, procedures, operations, or other activities. Permanent Records are Federal records determined by NARA as having sufficient historical or other value to warrant continued preservation by the Federal Government beyond the time they are needed for administrative, legal, or fiscal purposes. Permanent records will eventually be transferred to the legal and physical custody of NARA. Temporary Records are Federal records approved by NARA for destruction after a specified retention period. Transitory Records are a subset of Temporary Records. They are important and do document the work of the agency, but only for a short time. Controlled Classified are records that contain Personal Identifiable Information (PII) and/ or Respondent Identifiable Information (RII). Non Records are and records that do not meet the definition of a Federal records. These consist of copies of federally owned material used for reference only, and personal material not related to work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/BLS/WashingtonDC/BLS/listing.html)
 
Place of Performance
Address: Bureau of Labor Statistics, 2 Massachusetts Ave NE, Washington, District of Columbia, United States
 
Record
SN04991083-W 20180715/180713230836-8a6f70e99e96dc1b5125d1d8d6df7ea3 (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.