Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2018 FBO #6181
MODIFICATION

70 -- HUD OIG Investigative Database and Portal

Notice Date
10/24/2018
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Housing and Urban Development, OCPO, Office of Policy and Systems, Office of Policy and Systems, NS, 451 7th Street S.W, Washington, District of Columbia, 20410, United States
 
ZIP Code
20410
 
Solicitation Number
HUDOIG-RFI-19-0001
 
Archive Date
11/14/2018
 
Point of Contact
Robert Coyle, Phone: 2024021458, Ergene Lee, Phone: 2024023105
 
E-Mail Address
Rcoyle@hudoig.gov, elee@hudoig.gov
(Rcoyle@hudoig.gov, elee@hudoig.gov)
 
Small Business Set-Aside
N/A
 
Description
[AMENDMENT 001 10/24/2018] Page limit of Submissions is increased to 20. Non-meaningful pages (i.e. coverpages, etc) do not count towards this total.. [End Amendment 001] REQUESTING SOURCES SOUGHT AND CAPABILITY STATEMENTS THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for offers, quotes or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a market research tool only to determine the capability of potential sources. The Office of Inspector General (HUD OIG) Department of Housing and Urban Development (HUD) is contemplating establishing a contract under NAICS Code(s) 511210 for Software Publishers, 519120 for Libraries and Archives, 519130 for Internet Publishing and Broadcasting and Web Search Portals. The Small Business Standards are $38,500,000.00, #1,000, and $15,000,000.00 respectively. PSC Codes would be Information Technology 7030 and/or R702 Data Collection and/or R605 Library. The services/product required is a primarily online data aggregation, indexing, and investigative platform. HUD OIG is issuing this Request For Information (RFI) in order to solicit responses from capable sources and capability statements to ensure sufficient competition exists to meet the government's requirements. Teaming arrangements and joint ventures will be considered for any subsequent procurement based on the Government's market research, provided that all ventures are appropriately balanced between large / small offerors in accordance with an applicable SBA regulations and HUD / HUD OIG policy. Please review the Draft Requirements below and provide your feedback, responses, and questions to Robert Coyle at Rcoyle@hudoig.gov. So, what exactly is HUD OIG contemplating acquiring? BACKGROUND HUD OIG has a continuing requirement for access to investigative databases that allow HUD OIG personnel to query a wide variety of information sources with related applicable search/reporting toolsets and functions in support of their investigations, audits, and Law Enforcement efforts. HUD OIG currently utilizes Lexis Nexus's Accurint tool, which expires in the Second Quarter FY 19, barring continuation. As part of a broader look at HUD OIGs IT and Investigative capabilities and resources, HUD OIG is looking to update and or replace its current capabilities with a single unified support contract that will effectively address the needs of all its offices (OI, OA, and OE), which has proved difficult in the past. GENERAL DESCRIPTION OF WORK HUD OIG is seeking a primarily online solution with some offline capabilities, that can support a wide variety of law enforcement activities. The attached excel file FY19 Desired Capabilities.xlsx lists the areas HUD OIG is interested in, though HUD OIG understands that not all capabilities are likely to be available, sometimes due to technological feasibility, sometimes due to limitations of primary sources/regulations. CONTEMPLATED PERFORMANCE METRICS Metrics under consideration are: • Frequency of Updates to Data Sources • Time to initial response for Help Desk support • Time to final resolution for Help Desk Support CONTEMPLATED REPORT REQUIREMENTS • Reporting Requirements are anticipated on a Monthly Basis, to include basic user metrics, queries, support request numbers, and etc as related to Performance Metrics CONTEMPLATED MAGNITUDE OF THE PROJECT Under $500,000.00 CONTEMPLATED PLACE OF PERFORMANCE Online, with use across CONUS and OCONUS (US Territories and States) RESPONSE REQUESTED Small Businesses are encouraged to respond. This synopsis is a market research tool being used to determine the availability and capability of potential sources prior to determining the method of acquisition and whether the government will proceed with this acquisition. The Government will not pay for any information solicited. If a contract is ultimately pursued, responses to this synopsis will be used to aid in determining whether the acquisition is set-aside for small business or in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The capability statement shall address, at a minimum, the following for the past three years: 1. Name and address of company and or companies (if there is a teaming arrangement or joint venture); 2. Technical expertise relevant to the requirement; 3. Technical approach relevant of the requirement (1 to 2 paragraphs); 4. Management approach relevant to the requirement (1 to 2 paragraph); 5. Corporate experience relevant to the requirement (1 to 2 paragraph); 6. Indicate if you are a small business or any other socio-economic categories that apply to your firm under the designated NAICS code; 7. Whether you have had unequal access to any information relevant to the acquisition that could provide an unfair competitive advantage; 8. Relevant past performance. Your capability statement needs to include a list of three customers (Government/non-Government) within the past three (3) years highlighting similar work in nature, scope, complexity, and difficulty and a brief description of the scope of work. Your submission for relevant past performance must include for each customer: • Contract name; • Contracting Agency or Department, POC and contact information; • Yearly contract value (in $); • Whether your firm was the prime or a subcontractor; • Period of performance; • Description of work and how it relates to the requirements. 9. Interested firms shall indicate whether they are interested in providing a one hour demo to HUD OIG staff, at HUD OIG HQ. Please note that an answer in the affirmative does not require HUD OIG to accept. 10. Interested firms shall indicate whether they are interested in providing a trial of their product to HUD OIG for a one to two week period, to allow HUD OIG staff to review parties capabilities first hand. Providing a trial will require entering into a no cost trial agreement, and interested parties shall state what they are willing to authorize/allow. Please note that an answer in the affirmative does not require HUD OIG to accept. 11. Interested firms shall indicate what, if any, schedules or contract vehicles are available on. Interested firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above. The capability statement shall be in sufficient enough detail, but not exceed 20 pages TOTAL, so that the Government can determine the experience and capability of your firm to provide the requirements above. Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses in case clarifications of your submission are needed. Only electronic copies of capability statements will be accepted and should be emailed to: Robert Coyle (Rcoyle@hudoig.gov) and Ryan Kelly (Rkelly@hudoig.gov). The e-mail shall contain the following subject line: Response to Sources Sought Notice - HUD OIG Investigate Database and Portal Requirement. The Government may use the responses received to determine whether to proceed with the acquisition as a set-aside, or in the absence of a least two small business responses to this notice, may determine to proceed with a full and open competition. This decision and whether to proceed with the acquisition is at the sole discretion of the Government. All interested contractors should submit their capability statements by the time indicated in the posting. Late responses may not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NS/NS/HUDOIG-RFI-19-0001/listing.html)
 
Record
SN05133242-W 20181026/181024230538-57e87d6f6379736ddf4c630e7f23a0ac (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.