SOURCES SOUGHT
99 -- Management and Collaboration Support Services for OCC
- Notice Date
- 12/16/2020 8:13:45 AM
- Notice Type
- Sources Sought
- Contracting Office
- COMPTROLLER OF CURRENCY ACQS WASHINGTON DC 20219 USA
- ZIP Code
- 20219
- Solicitation Number
- OCC121620
- Response Due
- 12/30/2020 9:00:00 AM
- Archive Date
- 01/14/2021
- Point of Contact
- Sean Frey, Phone: (202)868-1444
- E-Mail Address
-
sean.frey@occ.treas.gov
(sean.frey@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 capabilities of potential sources. The Office of the Comptroller of the Currency (OCC) is considering awarding a Task Order under GSA�s Multiple Award Schedule (MAS) and is issuing this notice in order to (1) solicit responses from capable sources and (2) request capability statements to ensure sufficient competition exists to meet the government�s requirements Please reference the following draft requirements summary.� BACKGROUND The OCC is a bureau of the U.S. Department of the Treasury. Its primary mission is to charter, regulate, and supervise all national banks and Federal savings associations. The OCC�s goal in supervising banks and Federal savings associations is to ensure that these entities operate in a safe and sound manner and in compliance with laws requiring fair treatment and access to credit and financial products. The OCC has a requirement for Management and Collaboration System Support (MCSS). The objective is to ensure continuous support of in-scope platforms and products while simultaneously improving service delivery and increasing customer satisfaction. Work under the PWS spans operations, compliance, and business investment activities�in that order of priority. GENERAL DESCRIPTION OF WORK The scope of work includes support for the Management and Collaboration System (MCSS), including the following products and systems. ����������� Agile Data Collection Initiative (ADCI) ����������� BizTalk ����������� eDocs ����������� eTime ����������� Application Lifecycle Management Tools (IBM Rational Jazz) ����������� SharePoint ����������� Compliance and Operations Management (COM) ����������� Large File Transfer System (LFT) and LFT Secure Locker The OCC may choose to replace these platforms, products, services, and technologies during the period of performance; the Contractor shall continue to support integrations with the replacement tools. The tasks require a set of skills based on the following approximate labor categories: Test Engineer Solution Developer Sr. Solution Architect Business Analyst System Admin Project Manager CONTEMPLATED PLACE OF PERFORMANCE Contractors may work at the Government site or at the Contractor site. The contractor should propose the most effective and efficient location for staffing this order. RESPONSE REQUESTED Small Businesses are encouraged to respond. This synopsis is a market research tool being used to determine the availability and capabilities 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 or submitted as a result of this notice.� 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: �������� Name and address of company and or companies (if there is a teaming arrangement or ����������� joint venture); ������� Indicate if you are a small business or any other socio-economic categories that apply to ����������� your firm under the designated NAICS code. The current incumbent NAICS is 541519; �������� Provide your GSA Schedule Contract Number. Provide the contract number and associated Special Item Number(s) (SIN), and any other corresponding GSA information, as applicable �������� Technical expertise relevant to the requirement; (a) Provide details about prior experience supporting applications in the MCSS or similar support services to federal agencies or commercial clients. (b) How many resources within your company possess eDOCS DM Administrator Certification? (c) How many resources within your company possess OpenText Content Server Administrator Certification? (d) How many resources within your company possess OpenText Content Server Developer Certification? (e) Have you migrated SharePoint 2013 to SharePoint online at enterprise scale? If so describe (f) Describe you experience in managing and developing solutions in SharePoint Online and Power Platform? (g) Your company an established Partner of Microsoft? (h) Please provide details about prior experience with managing eDocs, SharePoint, IBM Rational Jazz applications and its infrastructure. (i) How many resources within your company possess Splunk Enterprise Certified Admin, Splunk Enterprise Certified Architect, Splunk Enterprise Security Certified Admin �������� Technical approach relevant of the requirement (1 to 3 paragraphs); ������� �Relevant experience.� Your capability statement needs to include a list of three customers (Government and/or non-Government) within the past three (3) years highlighting work similar in nature, scope, complexity, and difficulty and a brief description of the scope of work.� Your submission for relevant experience 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 and the portion of work it performed; ����������� 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 capabilities to fulfill the Government�s requirements for the above. The capability statement shall be in sufficient enough detail, but not exceed five (5) pages TOTAL, so that the Government can determine the experience and capabilities of your firm to provide the requirements.� Please specify one primary and one alternate point of contact (POC) within your firm, including telephone numbers and email addresses. Only electronic copies of capability statements will be accepted and should be emailed to: sean.frey@occ.treas.gov. The e-mail must contain the following subject line: Response to Sources Sought Notice � MCSS 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 are at the sole discretion of the Government.� All interested contractors should submit their capability statements by 12:00 Noon EST on Wednesday, December 30, 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/932742f4677a4fae8d5db9650ebc1287/view)
- Record
- SN05876043-F 20201218/201216230151 (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 |