Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 08, 2020 SAM #6888
SOURCES SOUGHT

D -- for Legal Hold, Identification, Preservation, and Collection (HIPC) Support Services

Notice Date
10/6/2020 1:44:12 PM
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
COMPTROLLER OF CURRENCY ACQS WASHINGTON DC 20219 USA
 
ZIP Code
20219
 
Solicitation Number
2031JW20N00002_1
 
Response Due
10/15/2020 9:00:00 AM
 
Archive Date
10/30/2020
 
Point of Contact
Deonna Reyes
 
E-Mail Address
deonna.reyes@occ.treas.gov
(deonna.reyes@occ.treas.gov)
 
Description
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 the Comptroller of the Currency (OCC) is contemplating establishing a contract under NAICS Code 518210 - Data Processing, Hosting, and Related Services, and the Small Business Standard is $32.5 million, PSC Code D318 IT and Telecom- Integrated Hardware/Software/Services Solutions, Predominantly Services and is issuing this notice in order to solicit responses from capable sources and requesting 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.� If the subsequent procurement is set-aside for small businesses, the prime shall provide fifty percent or more of the support. Please reference attached draft Statement of Work (SOW) and Requirements Traceability Matrix (RTM).� BACKGROUND This is a new requirement for Legal Hold, Identification, Preservation, and Collection (HIPC) support. The eDiscovery HIPC activities are currently being performed by the OCC�s Chief Counsel�s Office legal staff and the eDiscovery Data Management Support team (EDMS), staffed by five (5) Information Technology Services employees and contractors.� See draft SOW for additional background on this requirement. GENERAL DESCRIPTION OF WORK The OCC is engaged in a multi-year and multi-step effort to create an end-to-end, cloud-based eDiscovery program consisting of a fully integrated tool set, covering the full scope of the Electronic Discovery Reference Model (EDRM). Previous efforts have included: (a) the 2019 implementation of a cloud-based Relativity solution for document processing and document review; and (b) the augmentation and realignment of current staff that perform the hands-on identification, preservation and collection activities of the OCC, known as the ""eDiscovery support services."" The Relativity solution, which is externally hosted by an integrator, is known within the OCC as the Alternative Litigation Support System (ALSS). The HIPC solution is expected to interoperate with the OCC's Relativity solution. To modernize and complete its end-to-end, fully integrated cloud-based eDiscovery program, the OCC seeks a Contractor with significant and demonstrated experience in implementing commercial, off-the-shelf (COTS) solutions to address organizations� identification, collection, and preservation needs. For the left side of the EDRM, the OCC seeks a managed service supported by a single suite of tools, or a collection of fully integrated tools. The HIPC solution is intended to be used enterprise-wide by: (1) legal staff primarily in Litigation and Enforcement, but occasionally in the other CCO practice areas; and (2) Information Technology Services employees and contractors. The tasks require a set of skills based on the following approximate labor categories: Project Manager Business Consultant Security Analyst Systems Architect Engineer/Architect Technical Specialist Quality Assurance/Configuration Analyst Trainer CONTEMPLATED PLACE OF PERFORMANCE The Contractor�s place of performance will typically be the Contractor�s facilities. However, the contractor shall deliver training at the OCC's Washington, D.C. headquarters. 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.� The Government is seeking responses from all qualified firms. The capability statement shall address, at a minimum, the following: 1.�������� Name and address of company and or companies (if there is a teaming arrangement or joint venture); 2. ������� Indicate if you are a small business or any other socio-economic categories that apply to your firm under the designated NAICS code;� 3.�������� Indicate if you have a GSA Schedule Contract or GWAC. Provide the contract number and SIN and any other corresponding GSA information.� �� 4.�������� Technical expertise relevant to the requirement; ����������� (a) FedRamp authorized ����������� (b) Provide details about prior experience in providing managed services to federal agencies and meeting the requirements outlined in the SOW and Requirements Traceability Matrix (RTM), including the provision of tools for collection of Electronically Stored Information across multiple and distinct sources. 5.�������� Technical approach relevant of the requirement (1 to 3 paragraphs); 6.�������� Corporate experience relevant to the requirement (1 to 3 paragraphs); 7. ������� �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. 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 5 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: deonna.reyes@occ.treas.gov. The e-mail shall contain the following subject line: Response to Sources Sought Notice � HIPC 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 at 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 12:00 Noon EST on October 15, 2020. �Questions regarding this Sources Sought will not be accepted and answers will not be given. �Late responses will not be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/319cefc60ed042ab80ec3252889c4fc2/view)
 
Record
SN05819954-F 20201008/201006230140 (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.