Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2020 SAM #6757
SPECIAL NOTICE

R -- Justification & Approval NFIP Pivot Program Support Services

Notice Date
5/28/2020 1:04:30 PM
 
Notice Type
Justification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
INFORMATION TECHNOLOGY SECTION(IT30 WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FA3020C00000001
 
Archive Date
06/12/2020
 
Point of Contact
Marianne McCallum
 
E-Mail Address
marianne.mccallum@fema.dhs.gov
(marianne.mccallum@fema.dhs.gov)
 
Award Number
70FA3020C00000001
 
Award Date
05/10/2020
 
Description
The requirement is for subject matter support in the following areas; IT Technical Expertise, IT security, Program Management Assistance, and Executive Support. The Insurance Systems Branch (ISB) hosts of several systems such as the NFIP ITS&S, the NFIP Direct, and Pivot Analytical and Reporting Tool (PART). These systems are in various stages of development, migration, operations and maintenance, and disposition. As a result, ISB requires contract support for program management, systems engineering, and data analysis. Some of these systems are subject to migration, transition, development, modernization, and must go through various DHS Acquisition Lifecycle Framework (ALF) and Systems Engineering Life Cycle (SELC) reviews. This will require coordination across a diverse internal and external stakeholder network. FEMA requires that work continue efforts to create and update documents required by the DHS ALF and SELC in support of the Pivot program. Examples of documents the vendor must help the Pivot program develop and maintain include, but are not limited to, the Functional Requirements Document (FRD), Life Cycle Cost Estimates (LCCE), Systems Engineering Lifecycle artifacts, the Integrated Logistics Support Plan (ILSP), Enterprise Architecture documentation, Operational Analyses, and any necessary revisions to other ALF and SELC artifacts. FEMA also requires that the vendor assist with Program Management activities, including the tracking and reporting of cost, schedule, quality, performance (metrics), IT Security, andrisks for the programs, including supporting INVEST, CPIC, and OMB reporting processes. This support must build upon the processes and tools already in place and help the PMO mature as the programs develops. The vendor must also support the Requirements Change Control Board (RCCB) to maintain the NFIP requirements baseline in the DHS Application Lifecycle Management Shared Service (ALMSS) Jira and Confluence tools. In addition, FEMA requires the vendor to provide Executive Support, by providing subject matter expertise and materials (talking points, slide decks, attend meetings, etc.) in support of Pivot and FIMA executive�s interactions with internal and external stakeholders regarding the status of the program. FEMA also requires the vendor to continue with data analysis activities within the Pivot Analytical and Reporting Tool (PART). This includes tasks ranging from Tableau report creation and data modeling to geospatial data analysis and Freedom of Information Act (FOIA) request responses. The services required are critical to the FIMA�s mission to increase the capabilities necessary to reduce future losses of homes, businesses, schools, public buildings, and critical facilities from floods, earthquakes, tornadoes and other natural disasters. These services are currently being provided though FEMA�s Enterprise Applications Development, Integration, and Sustainment (EADIS) contract which is expiring on May 13, 2020 and cannot be extended. Therefore, the transition of the services must be completed by May 13, 2020. Due to the limited time available to complete the transition of the ISB�s Pivot program, FEMA requires a short-term bridge contract with the incumbent�s subcontractor in order to avoid a gap or disruption in services. MeetingResult provides a significant amount of the services being provided under the EADIS contract and is the only HUBZone who can ensure the transition and the modernization efforts are completed on time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4a66a0e1473e4ee78169c2a8db5f711f/view)
 
Place of Performance
Address: Washington, DC 20472, USA
Zip Code: 20472
Country: USA
 
Record
SN05672667-F 20200530/200528230156 (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 |
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.