SOURCES SOUGHT
D -- Request for Information, Security Financial Disclosure Program
- Notice Date
- 1/22/2020 12:15:50 PM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- ATTN: MS S84 - OCS SPRINGFIELD VA 22150-7500 USA
- ZIP Code
- 22150-7500
- Solicitation Number
- RFISFDP
- Response Due
- 1/31/2020 1:00:00 PM
- Archive Date
- 02/15/2020
- Point of Contact
- Bradley R. Austin, Phone: 5715579854
- E-Mail Address
-
bradley.r.austin@nga.mil
(bradley.r.austin@nga.mil)
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.� This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This RFI does not commit the Government to contract for any supply or service whatsoever.� Further, NGA is not at this time seeking proposals and will not accept unsolicited proposals.� Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI.� All costs associated with responding to this RFI will be solely at the interested party�s expense.� Not responding to this RFI does not preclude participation in any future RFP, if any is issued.� The National Geospatial-Intelligence Agency (NGA) has a financial disclosure program that is seeking to replace the current application that collects personal financial data and allows for analytics of the data to guide outcomes and determine risk. This program fulfills NGA�s requirement to comply with Executive Order (E.O.) 12968 which mandates that individuals with access to classified information file a financial disclosure annually as a condition for continues eligibility to classified information. The proposed application will have to ingest data from the current application and allow for history building of personal financial data over 25 years for analytics. This RFI is an opportunity for industry to guide and have flexibility in creating a new application (or use G/COTS application) to help protect national security. The intent is for industry to share their experiences with similar efforts and to provide comments and suggestions on the future of security financial disclosure as it relates to E.O. 12968 and DoDM 5200.02. The Government plans to use the information provided by industry to develop a comprehensive procurement strategy and a SFDP solicitation.� Any information used will be on a non-attribution basis.� The Government is interested in industry ideas regarding acquisition approach, contract structure, and best practices that are conducive to today�s environments & technologies that best meet the requirements.� The government is interested in offeror�s ability to leverage academia�s and/or industry�s intellectual capital in discovering what technological advances have been made in data collection and analytics focus on personal financial data.� Finally, the government is interested in the capabilities of potential offers to provide technical expertise, and cleared personnel to deliver and assists in installing, accrediting and maintaining the application based on the IC, DoD and NGA standards. Industry is encouraged to identify any additional desired outcomes as they deem appropriate or beneficial to national security. Contract Description � Performance Period (POP): Base Year plus four one (1) year option period. Location(s): The work will be performed in the NGA operational footprints (NCE and/or NCW). If the awardee has a SCIF and network connectivity to NGA much work may be accomplished from a vendor�s site (preferred but not required). The cost of the building, maintaining and decommissioning the SCIF and SCI network access is not supported with this effort. Unfunded billets may be allotted for SCIF operations at the sole discursion of the Contracting Officer or designee. Development and enhancements may be accomplished in an unclassified environment and transferred or upgrades applied to production version of the application in a SCIF environment.�� �� Security Requirements This acquisition may have a requirement to provide currently cleared personnel at the Top Secret/SCI � eligible level. All cleared employees are subject to a Counter-Intelligence (CI) Scope Polygraph and other security requirements. If the application awardee will allow another vendor access to the application for on-site service and maintenance of the application, that vendor must also follow the same security requirements. It is anticipated that the RFP for this requirement will be released on the NRO Unclassified ARC Website at https://acq.westfields.net. �Therefore, interested vendors must have personnel with an active access to the Unclassified ARC in order to view any potential future RFP and associated documentation. Organizational Conflict of Interest:� This RFI is for the development and sustainment of either a new application developed for NGA needs, or Government-Off-The-Shelf (GOTS) and Commercial-Off-the-Shelf (COTS) items. Potential Offerors should identify actual or potential conflicts of interest as early as possible to the Contracting Officer. 2. 4���������� Application Requirements 2.4.1 ������� Vendors are encouraged to provide input on these requirements to include expanding on any limitations. Vendors should provide a projected cost (non-binding) for each item or as a whole package. Requested Information Administrative Information to include the following as a minimum:� Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, company website, and e-mail of designated point(s) of contact. Business Type: based upon North American Industry Classification System (NAICS) code applicable to this acquisition, the responder is to provide answers to the following questions:� To be considered for a Small Business set-aside, at least 50 % of the cost of contract performance incurred for personnel shall be expended for employees of the responder.( FAR 52.219-14, Limitation of Subcontracting)����������� RESPONSE Are you a Small Business? (FAR 19.102), If so, which type: ? YES��������� ? NO Small Disadvantaged small business? (FAR 19.304) ? YES��������� ? NO Service Disabled small business? (FAR 19.14) ? YES��������� ? NO 8(a) Small Disadvantaged small business? (FAR 19.8) ? YES��������� ? NO HUBZone small business? (FAR 19.13) ? YES��������� ? NO Woman-Owned Small Business? (FAR 19.15) ? YES��������� ? NO Involved in a mentor and/or prot�g� program? (DFARS 219.71) ? YES��������� ? NO Recommendation for NAICS Code?� Provide rationale for any NAICS Code applicable to the planned acquisition. Commercial and Government Entity (CAGE) Code: Defense facility security clearance?� What type? What level? Accounting system?� Date of last audit? Who performed? Determined adequate/inadequate? Are you interested in:� Prime contract? Teaming to include Joint Venture? Subcontractor opportunities? Include additional details that are not already requested based on the constraints of the information request. Experience Commercial � Provide relevant details of the same or similar service offered or made to the general public or to non-government entities for purposes other than governmental work in the last three (3) years. Relevant details to NGA�s proposed acquisition should include, but not be limited to: information regarding the size and length of the effort; ability to perform as a prime or subcontractor; customary practices (warranty, financing, discounts, contract types, etc.) under which the sale of the service(s) is made; security details; the customary practices regarding customizing, modifying, or tailoring of a service(s) to meet customer needs and associated costs; the kinds of factors that were used to evaluate performance; the kinds of performance assessment methods commonly used; the common qualifications of the people performing the services; and requirements of law and/or regulations unique to these service(s) that can demonstrate the responder�s abilities and capacity to meet NGA�s statement of objectives. Government � Provide relevant details of the same or similar service offered or made to the government entities in the last three (3) years. Relevant details to NGA�s proposed acquisition should include, but not be limited to: information regarding the size and length of the effort; ability to perform as a prime or subcontractor; customary practices (warranty, financing, discounts, contract types, etc.) under which the sale of the service(s) is made; security details; the customary practices regarding customizing, modifying, or tailoring of a service(s) to meet customer needs and associated costs; the kinds of factors that were used to evaluate performance; the kinds of performance assessment methods commonly used; the common qualifications of the people performing the services; and requirements of law and/or regulations unique to these service(s) that can demonstrate the responder�s abilities and capacity to meet NGA�s statement of objectives. Application Capabilities Application shall be able to ingest information from the WebSphere Application Server Software (current program storage) and present it in the correct configuration of this proposed system. Able to ingest and export selected data with Oracle PeopleSoft Application. Automate the collection of information to populate the SF-714 (current version). Application access will be role based access with multiple tiers that include user access, analyst access, and oversight access. Built-in or integrate/communicate with an external case management system. If an external case management system (please identify system). Built-in analytics that are scalable to meet office needs such as each criteria can be turned on/off to provide metrics. Or the ability to export data to a business analytic platform (need to identify such platform). Able to provide metrics with a minimum individual year-to-year submission of the SF-714, from predetermine adjustable groups (such as by office) and predetermine data sets (such as time spent in application or type of loans). Able to send immediate and time delay mass email notifications based on group identification. Application should be intuitive in guiding the user through personalized questions to determine what information will have to be provided. From these questions the application should only prompt for the data needed and insert the data in all applicable sections of the form.� All sections deemed not needed by the application can still be accessed by user. The application should be able to provide a suggested list of specific financial forms or data the individual needs to have on hand to complete the SF-714. Electronically capture specific data from a PDF generated financial form and insert that data into the correct fields within the application. The forms considered include but not limited to W-2, 1099, TSP statement, the data mined from these forms will not include account numbers.� Electronically collect loan data to calculate the financial information from year to year to satisfy the SF-714 requirements with the option for the filer to change payment information or add additional fund amount applied for that year. Example is making an extra payment. If the information is supplied by the filer the application can make determination on remaining principle. The application should be preloaded and updated quarterly with a master list of financial institutions and their mailing address. Financial intuitions provided either by direct input from filer or their financial forms that are not on the master list will be accepted and marked as provisional until the next quarterly upload. The application should have an option to indicate if the loan/debt is from a private person. If this option is selected the validation from the master list is not needed. Allow user and analyst to download user SF-714 (completed or in progress) per year completed in multiple file formats. Application should allow analyst to view the same screen the users is currently viewing to provide remote support via other communication methods. Backend will allow data viewing of frontend users, download pre-selected data in multiple format options while providing predefined data protection message on each document. Application should provide a virtual chat feature to assist filers by answering common questions with responses Analytics Capabilities Use Commercial Off The Shelf Software (COTS) in combination with the electronic SF-714 application to produce sophisticated analytic models, triage capabilities, and dashboard metrics. Provide information stored in text documents and databases including document classification, natural language processing, information extraction and search. Provide a 360 analytics-driven back office that functions as a data reconciliation model using external data sources beyond the SF-714 that will be used to corroborate the financial data reported in the electronic financial disclosure form. Prepare, clean, and integrate disparate data sources and building Extract, Transform, Load (ETL) and data pipelines optimized for advanced analytics. Create advanced algorithms easily accessible through 2-D and 3-D statistical and spatial visualization. Develop a dashboard capability with interactive visualization. �Dashboard capability that will allow triggers to be efficiently prioritized and worked. Recommendations The responder is invited to provide information and recommendations for fashioning this proposed acquisition.� Recommendation areas may include the type of contract, anticipated contract terms & conditions, incentives, evaluation criteria, variations in delivery schedule, price and/or cost proposal support, and data requirements, contract pricing, and any other areas that the responder believes is relevant for the Government to achieve its stated objectives.� The responder may recommend how small business participation can be increased and what portion of the work could be set-aside for small businesses if all the required work cannot be provided by a small business.� Details to support any recommendations for partial small business set-asides should be included. Responses Interested parties are directed to respond to this RFI with a white paper and include the following: Response to Section 3.0, Requested Information. Suggestions regarding feedback and other recommendations regarding this the collection and analytics of financial information. Information regarding Performance Requirements � WHAT to evaluate, HOW to evaluate, and the performance standards with acceptable quality levels that are similar to those utilized in similar efforts. Written responses shall not include proprietary information. Any responses that are marked proprietary will not be considered. Responses to this RFI shall be marked UNCLASSIFIED. Classification markings shall be on every page of the response. NO CLASSIFIED responses are allowed to be submitted. To aid in the Government review, the Capabilities and Qualifications white paper shall be in Microsoft Word for Office or compatible format and shall not exceed 20 pages. Pages shall have a one (1) inch margin on all sides.� Font type shall be Times New Roman 12 point. The first page of the submission must state the RFI title and provide the name, mailing address, phone number, fax number, company website, and e-mail of designated point(s) of contact. The first page shall also provide a short description of the company to include capabilities, company size and category (e.g. large, small, small disadvantaged). Attachments N/A Meetings and Discussion The Government representatives may or may not choose to meet with potential RFI service providers. Such meetings and discussions would only be intended to get further clarification of potential capability, especially any development and certification risks. Questions The Government will make every attempt to answer all questions regarding the RFI.� Any questions regarding the requirement may not be answered but could be used in further development of the requirement. Summary This RFI is only intended for the Government to identify sources that can provide the needed services and guide the Government�s possibly guide contract and program development beyond current capability. The information provided in this RFI is subject to change and is not binding to the Government. The Government has not made a commitment to procure any of the RFI requirements discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c9ed6fbb7f0840cb8b5443b97c746926/view)
- Record
- SN05540890-F 20200124/200122230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |