Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2022 SAM #7469
SOURCES SOUGHT

D -- Secure Payment System O & M Support Services

Notice Date
5/11/2022 6:37:08 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
FISCAL SERVICE PARKERSBURG WV 26101 USA
 
ZIP Code
26101
 
Solicitation Number
RFI-FSA-23-001
 
Response Due
5/20/2022 11:00:00 AM
 
Point of Contact
EMarshall
 
E-Mail Address
purchasing@fiscal.treasury.gov
(purchasing@fiscal.treasury.gov)
 
Description
Service Classification Code:� DA01 NAICS Code:� 541511 MAS SIN:� 54151S 1.� INTRODUCTION AND BACKGROUND The Bureau of the Fiscal Service (Fiscal Service), Payment Management is tasked with the responsibility for issuance of payments for most of the Federal Government.� The Secure Payment System provides a mechanism by which Federal Program Agencies (FPA) can create and certify payment data in a secure fashion. SPS is the front-end system to a larger payment system.� SPS allows personnel at FPA locations to submit payment information to the Fiscal Service using an internet-accessible system. Payment schedules are streamed to the Fiscal Service�s payment system for processing. On an annual basis, the Fiscal Service generates over 950 million payments. SPS is considered Critical infrastructure (CI) � a part of �systems and assets, whether physical or virtual, so vital to the United States, the incapacity or destruction of such systems and assets would have a debilitating impact on security, national economic security, national public health or safety, or any combination of those matters.�� If SPS is unavailable or compromised, economic stability could be impacted potentially affecting millions of citizens and the national economy. Based on NIST Federal Information Processing Standard (FIPS) Publication 199, SPS is rated HIGH. This publication establishes security categories for information systems. The security categories are based on the potential impact on the Fiscal Service should certain events occur which jeopardize SPS to accomplish its assigned mission, protect its assets, fulfill its legal responsibilities, and maintain its day-to-day functions. For SPS, the loss of confidentiality, integrity, or availability will cause a severe degradation in or loss of Payment Management�s most critical mission. � SCOPE AND OBJECTIVE In support of Fiscal Service�s mission, Payment Management seeks to identify vendors that can provide Operational & Maintenance support to the Secure Payment System (SPS). The Secure Payment System has been operational since June 2003 and has approximately 2,400 end users. SPS has over 571,294 lines of code and over 5,062 java classes.� The software supports a lightweight client and light weight sandbox environment, web services and database. This software is developed and tested in three environments:� Development, Test and Pre-Production.�� When fully tested it resides and runs in a production region with a backup Disaster Recovery region.� The developers control the development and testing within the development regions. The Pre-Production, Production and Disaster Recovery regions are controlled by the Bureau of the Fiscal Service. Each region is based upon a three-tiered architecture. The support of SPS will require, at times, a more in-depth analysis to determine and resolve problems and to continue to offer customer service and support. Therefore, it is estimated that the SPS project will require contract personnel to troubleshoot and recommend solutions to support system related problems.� This includes to the following: Front-end application troubleshooting and log reviews Back-end error troubleshooting and log reviews Intra-application communication troubleshooting and log reviews XML Data analysis and reporting Agency Mandated 3rd Party Upgrade evaluation and impacts (OS, Java) Security Vulnerabilities Disaster Recovery and/or Site Switch support After hour/weekend troubleshooting/deployment support Participation in meetings with FPAs and Fiscal Service Directorates Site visits to FPAs Participation with weekly SPS and PM meetings PKI support The services anticipated to support Operational & Maintenance of SPS include but are not limited to: Provide Operations and Maintenance Support.� Project Management Support. Provide Technical Support. Provide Security Support. Provide Configuration Management Support Provide Transition Strategy 2.� SUBMISSION GUIDELINES Vendor responses to this RFI shall include sufficient evidence that clearly demonstrates the respondent�s interest and capability to satisfy the scope and objectives outlines above.� Responses shall include a general capabilities statement that includes a description of their standard line(s) of business, information outlining their experience, and technical narrative addressing the specific service requirements/tasks.� All questions on the market research questionnaire shall be answered by vendors.� Responses shall be no greater than 3 pages using font size no smaller than 10, inclusive of any tables, pictures, or diagrams. No pricing or technical approach is being requested or will be considered at this time. This is only a request for information for determining an acquisition strategy. No other information regarding this Sources Sought Notice will be provided at this time. All electronic materials and attachments submitted shall be formatted in accordance with the Bureau of the Fiscal Service�s Security Requirements.� The following file extensions are not allowable and application materials/data submitted with these extensions cannot be opened:� .bat, .cmd, .com, .exe, .pif, .rar, .scr, .vbs, .hta, .cpl, html, mhtml, and .zip files The Government does not allow 3rd party messaging systems/secure mail. Microsoft Office non-macro enabled compatible documents are acceptable.� If the interested vendor determines that other formats are necessary, it is the interested vendor�s responsibility to verify with Fiscal Service that those formats are acceptable. 3.� DEADLINE FOR RESPONSES Vendors shall submit responses to this RFI by e-mail to purchasing@fiscal.treasury.gov no later than Friday, May 20, 2022 at 2:00pm Eastern time.� Responses shall reference �Response to RFI-FSA-23-001, ATTN: EMARSHALL� in the subject line of the e-mail message. 4.� DISCLAIMERS This RFI is not a request for proposal/quote, and this request does not imply an obligation on the part of the Government to purchase products/services or to proceed to any request for proposal/quotation for such products/services.� Further, this RFI does not obligate the Government to ultimately pursue a particular acquisition strategy.� The Government will not be liable for any costs incurred by vendors in preparing and submitting a response to this RFI.� Submission of a response confers no rights upon the responder. NO FORMAL SOLICITATION IS AVAILABLE.� Requests for additional information and/or a copy of the solicitation will not be considered an affirmative response to this posting.� Telephone responses or inquiries to this RFI will not be accepted. All responding vendors are advised that responses to this notice, in and of themselves, will in no way be considered for contract award.� In the event that a resultant solicitation would ensue, interested parties would be required to respond separately and formally in order to be considered for contract award.� Additionally, a determination not to compete the proposed acquisition based upon responses to this request would be at the sole discretion of the Government. Market Research Questionnaire Please provide the following information for your company: Company name Address Name, telephone number, and e-mail address of your company�s primary point of contact UEI number CAGE code Please specify if your company is a: Large business Small business Small disadvantaged business Woman-owned small business HUBZone business 8(a) program participant Veteran-owned business Service-disabled veteran-owned small business Other socioeconomic category not listed above Please provide a complete list of your company�s existing GSA schedules.� If your company does not have a GSA schedule, please state the fact that your company does not have a GSA schedule. If the services offered by your company are available through a Government contract other than GSA that allows the placement of orders, please provide the contract number and a summary of that contract.� If your company does not have any Government contracts beyond GSA, please state that fact. Responses shall include a general capabilities statement that includes a description of their standard line(s) of business, information outlining their experience, and technical narrative addressing the specific service requirements/tasks. Please list which of the services described in the Scope and Objectives section above your firm is interested in, and capable of, providing to the Government. Has your company provided similar Secure Payment System Operational & Maintenance support services to the Government in the past?� If so, please provide a list of Government agencies/bureaus for which your company has provided these services; if not, please state that your company has not previously provided similar Secure Payment System Operational & Maintenance support services to the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92d46e51c0b74a6a8729c281f0da00c5/view)
 
Place of Performance
Address: Hyattsville, MD 20782, USA
Zip Code: 20782
Country: USA
 
Record
SN06324645-F 20220513/220511230105 (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.