Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2020 SAM #6839
SOURCES SOUGHT

99 -- Department of Defense (DoD) Privacy/Freedom of Information Act (FOIA) Information Management System (DPIMS)

Notice Date
8/18/2020 12:02:48 PM
 
Notice Type
Sources Sought
 
Contracting Office
DEFENSE INFORMATION SYSTEMS AGENCY FORT MEADE MD 207550549 USA
 
ZIP Code
207550549
 
Solicitation Number
622013336
 
Response Due
8/24/2020 7:00:00 AM
 
Archive Date
09/08/2020
 
Point of Contact
Chelsea Hughes, Michelle L. Rand
 
E-Mail Address
chelsea.hughes3.civ@mail.mil, michelle.l.rand.civ@mail.mil
(chelsea.hughes3.civ@mail.mil, michelle.l.rand.civ@mail.mil)
 
Description
The Defense Information Systems Agency (DISA) / Development and Business Center (DBC) is seeking information from industry to assist with the development and planning of a potential new requirement called Department of Defense (DoD) Privacy/Freedom of Information Act (FOIA) Information Management System (DPIMS). THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. 1. Description of Procurement: The DISA DBC is seeking information for potential sources to acquire, configure, integrate and deploy a DoD-Wide Enterprise Information System that will provide a workflow tool for Privacy and FOIA areas of practice. This workflow tool closely resembles a case management system. The four required Lines of Businesses (LOB) that this system will satisfy are: Breach reporting, System of Record Notices (SORN), Computer Matching Agreements (CMA) and FOIA Processing. DPIMS will replace existing homegrown, custom solutions and disparate capabilities with an enterprise platform that unifies all four LOBs into a single solution and provide numerous enhancements to case management and annual reporting requirements not currently supported today. The system would be accessible world-wide via Government Furnished Equipment (GFE) to authorized Non-classified Internet Protocol Router Network (NIPRNET), Secret Internet Protocol Router Network (SIPRNET) and Joint Worldwide Intelligence Communications System� (JWICS) users who are involved with the aforementioned LOBs. The system will operate on the DoD NIPRNet Impact Level 4, SIPRNet Impact Level 6 and JWICS. 2. Scope of the Effort: The DPIMS system may be implemented in phases, one LOB at a time, over a 2-4 year period starting in FY21, however the Government is fully open to alternative methods that could accelerate time to capability and enhance cost efficiencies. Among many associated system capabilities, DPIMS may handle the following: historic cases (artifacts and records will be normalized and imported into the DPIMS data lake), eDiscovery & redaction (electronic document review), role-based functionality, reporting (pre-built and ad-hoc), content federation, version control, deduplication, claims service automation, analytics and dashboards using a single sign on portal are examples of system requirements. The final solution shall consist of a single enterprise Commercial-off-the Shelf (COTS) product that can handle all four LOBs configured and fielded incrementally, or multiple COTS products for each LOB in a Software-as-a-Service (SaaS) model. All four LOBs will need to be accessible via a unified Single Sign-on web portal for consolidation and reporting. COTS products shall be obtainable by integrators and offerors who are partnered with the products� vendors. Place of performance: The work will be performed at DISA Headquarters, Fort Meade, MD; Contractor�s Facility; and potentially at any cloud environment that is ultimately selected if touch maintenance or on-site activities dictate a physical presence. Travel in and around the primary place of performance may be required throughout the period of performance. Additional travel to Continental United States (CONUS) locations may also be required. 3. Technical Characteristics Capability Area 1: Description of Potential COTS Products Describe the features of potential COTS products that could meet the requirements described in the Introduction section above. State whether the potential products would allow a single enterprise COTS product that can handle all four LOBs configured and fielded incrementally, or multiple COTS products for each LOB in a Software-as-a-Service (SaaS) model. Describe any alternative methods that could accelerate time to capability and enhance cost efficiencies. Capability Area 2: Experience with configuring DoD, Similiar Government, or Corporate Enterprise Systems Describe your experience in providing capabilities and solutions and configuring those suites to address all four Lines of Business; Breach, SORN, CMA, and FOIA; or like efforts that address similar �privacy and FOIA� business models/processes. Describe your experience with seamlessly integrating different COTS solutions and technologies in a cloud hosted environment. Describe your experience configuring, customizing and testing disparate COTS products to align with Information Technology functional requirements in a DoD/Federal environment(s) in the DoD NIPRNet Impact Level 4, SIPRNet Impact Level 6 and JWICS networks. Describe your experience or plan to deploy a complex Enterprise system for DoD users in a Government approved Cloud environment (e.g., milCloud, Government Community Cloud) and to successfully gain an Authority to Operate using the Risk Management Framework cyber process. Capability Area 3: Experience with Configuring Case Management Systems Describe your experience with configuring Capability that supports hierarchical groups for assignment of Breach incidents at DoD, similar Government, or corporate enterprise component and sub-component levels or a similar capability for other Government or Corporate clients particularly as it pertains to the ability to support importing/uploading historical breach data for analysis. Describe your experience with developing and configuring a CASE management & processing system that allows for eDiscovery, redaction of common documents, version control of received documents and files along with redacted/modified versions, ability to organize documents to the case and ability to utilize and implement Application Programming Interfaces for receiving requests from external systems. Describe your experience with configuring capabilities that manages documents/agreements with expirations and renewal definitions based on prescribed time or event-driven occurrences and automatically generates notifications based on defined workflows. Capability Area 4: Cost Estimates Describe all areas of a proposed solution that drives costs.� Provide a Rough Order of Magnitude that identifies cost drivers. Cost drivers could include things like, but not limited to: licensing, hosting, data migration/ingest, software design and development, Cyber security accreditation, Continuous Integration/Continuous Deployment (CI/CD) pipeline (Development, Security and Operations (DEVSECOPS) framework), training, sustainment, and orderly closeout/ CASE archiving. 4. Requested Information Responses should include: Business name and address; Name of company representative and their business title; Type of Small Business; CAGE Code; Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, NIH, NASA SEWP, General Service Administration (GSA): OASIS, ALLIANT II, VETS, STARS II, Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle that allows for decentralized ordering. This information is for market research only and does not preclude your company from responding to this notice. Capability Responses Respondents are requested to identify any requirements included in this RFI that may overly limit or hamper competition. Response Guidelines: Interested parties are requested to respond to this RFI with a white paper. Submissions cannot exceed seven pages, single spaced, 12-point type with at least one-inch margins on 8 1/2� X 11� page size.� The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response.� Responses must specifically describe the contractor�s capability to meet the requirements outlined in this RFI.� Oral communications are not permissible.� FedBizOpps will be the sole repository for all information related to this RFI. Companies who wish to respond to this RFI should send responses via email no later than Monday, August 24th by 10:00 AM EST to chelsea.hughes3.civ@mail.mil and michelle.l.rand.civ@mail.mil. Industry Discussions: DISA representatives may choose to meet with potential offerors and hold one-on-one discussions. �Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks. Questions: Questions regarding this announcement shall be submitted in writing by e-mail to chelsea.hughes3.civ@mail.mil and michelle.l.rand.civ@mail.mil.� Verbal questions will NOT be accepted.� Answers to questions will be posted to FBO.� The Government does not guarantee that questions received after August 5th at 10:00 AM EST will be answered.� The Government will not reimburse companies for any costs associated with the submissions of their responses Disclaimer:� This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. �Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. �FAR clause 52.215-3, �Request for Information or Solicitation for Planning Purposes�, is incorporated by reference in this RFI. �The Government does not intend to pay for information received in response to this RFI. �Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. �This RFI will be the basis for collecting information on capabilities available. �This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received in this RFI that is marked �Proprietary� will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. �In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5a69f0d4563b43c2accc892fd744bb07/view)
 
Place of Performance
Address: Fort George G Meade, MD 20755, USA
Zip Code: 20755
Country: USA
 
Record
SN05764331-F 20200820/200818230210 (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.