Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2022 SAM #7540
SOURCES SOUGHT

70 -- Information Technology Innovative Procurement Strategic Sourcing (ITIPSS) Contract Administration Tool (ICAT)

Notice Date
7/21/2022 7:57:49 AM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
692M15 ACQUISITION & GRANTS, AAQ600 ATLANTIC CITY NJ 08405 USA
 
ZIP Code
08405
 
Solicitation Number
6973GH-22-RFI-00188
 
Response Due
8/20/2022 12:30:00 PM
 
Point of Contact
Eric Waterman, Phone: 6094854456
 
E-Mail Address
eric.l.waterman@faa.gov
(eric.l.waterman@faa.gov)
 
Description
1.0 PURPOSE AND INTRODUCTION This announcement is a Market Survey. This announcement is NOT A SCREENING INFORMATION REQUEST (SIR) or REQUEST FOR PROPOSAL (RFP). Further, the FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Any costs associated with the market survey submittal is solely at the interested vendor�s expense. Please read the entire Market Survey carefully. The FAA is seeking industry capability statements and technical solutions to determine the existence of any viable commercial solutions present in the current marketplace and to help determine the proper acquisition strategy for this requirement. No notification about the outcome of this Market Survey will be released except as deemed appropriate at the FAA�s sole discretion. The FAA is interested in the capabilities of both small and other than small businesses to perform the services and is particularly interested in the capabilities of small business and strongly encourages responses from those businesses. This Market Survey does not guarantee that a solicitation or procurement of any kind will be issued, and it should not be construed as a commitment by the Government to enter into a contract. If a solicitation is issued, it will be announced on the Government's Contract Opportunities web page at SAM.gov. Any interested party should monitor this site for the release of any such solicitation. Respondents to this Market Survey are referred to herein as �you�, �Vendor�, or �Vendors�. 2.0 BACKGROUND The� Federal� Aviation� Administration� (FAA)� plans� to� implement the Information Technology� Innovative Procurement Strategic� Sourcing� (ITIPSS) Program, which is a new effort that requires technical support services to enable delivery of a broad range of information technology products and services across the agency.� Successful execution of a competitive procurement resulting in a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract portfolio is foundational to ITIPSS implementation.� Successful administration of the ITIPSS contract portfolio, once established, will require implementation of contract management automation capability which is henceforth referred to as the ITIPSS Contract Administration Tool (ICAT).� The FAA has an upcoming requirement for a Contract Lifecycle Management (CLM) system to assist the FAA in managing task orders against the ITIPSS IDIQ contract vehicle. ITIPSS is a mission critical contract vehicle from which to acquire Information Technology (IT) services and solutions for all FAA, non-National Airspace System (non-NAS) IT mission support. The AIT organization has major investments in information technology hardware and software systems for managing applications and information systems regarding FAA facilities inspections, internal and external investigations, IT resources, financial management and reporting, and policies and plans. AIT information systems span nationally and support the administrative, financial, regulatory, disciplinary and investigative security and security risk management programs that are designed to provide operational and facility management capabilities. 3.0 SYSTEM REQUIREMENTS The FAA requires a CLM tool that will be able to store and generate documents, enable the request, submittal, and evaluation of proposals, administer Task Orders, allow users to collaborate, process workflows, and maintain compliance with FAA cybersecurity requirements.� A complete list of requirements is attached to this Market Survey.� Vendors must review this list and indicate whether or not your software solution meets the requirement, would meet the requirement with a modification, or does not meet the requirement.� If your solution would meet the requirement with a modification, please indicate the level of difficulty, in terms of level of effort, in the column provided in the spreadsheet.� This requirements spreadsheet must be submitted with your response. 4.0 SUBMITTAL REQUIREMENTS AND INSTRUCTIONS The FAA is requesting that interested Vendors provide a capability statement and a high level summary of effective solutions for the following: Contract Management (see Section 5, below) Technology and Security Compliance (see Section 6, below) Describe the pricing schemes you would offer in providing the requirements identified in Sections 5 and 6, below. For example: flat rate pricing; pricing per user, or other schema or combinations of schemas. The submission must follow the outline below and be limited to a combined total of ten (10) pages. Market Survey responses must be submitted via electronic mail (email) to the Contracting Officer no later than 20 August 2022. Questions must be submitted in writing prior to the closing date and directed to the Contracting Officer The FAA encourages Vendors to submit comments and suggestions regarding this effort. Comments and suggestions must be provided separately from the Capability Statement and are limited to a combined total of five (5) pages. 5.0 CONTRACT MANAGEMENT CAPABILITIES Provide a high-level summary of how the Contract Management requirements identified in Section 3.0, above would be met. Information provided must include: Technical approach how the solution meets the scope of work Reasonable price range to develop and maintain the product to meet the scope of work. If applicable, a pricing catalog or link to pricing catalog Any forecasted product/technology changes System requirements for the tool Dependencies of the system How long does a similar implementation of the product take If there are other solutions the Government could consider If there are any requirements that are unclear If there are any major risks associated with the requirements listed and how would you mitigate those risks Other information the Vendor deems to be relevant 6.0 TECHNOLOGY AND SECURITY COMPLIANCE Provide a high-level summary of an effective solution by addressing items in paragraph 6.1 Technology Employed, and how the Security Requirements in paragraph 6.2 would be met. � � �6.1 Technology Employed Describe the technology that Vendor�s Contract Management solution will employ to fulfill each of the requirements discussed in this market survey, including the requirements matrix attached. Explain the architecture and process flow of contract management including but not limited to document workflows, approval workflows, and process for vendor document submission. Explain the implementation and post-implementation operations approach for setting up the Vendor�s document repository for FAA. For example, will both the implementation phase and post-implementation operations phase be solely performed by the Vendor? Or, are the services of a third-party integrator required for the implementation and post-implementation operations phases? Or some other approach? How do the vendor�s solution integrate with current FAA financial and procurement systems and databases? Identify all assumptions, tasks, capabilities, equipment, infrastructure that would require FAA resources for your data migration approach. � � �6.2 Security Compliance Provide a high-level summary of how each of the following Security Requirements would be met: A secure document repository and secure document submission and routing. A migration service that complies with National Archives and Records Administration (NARA) requirements applicable to records management. A document repository that provides periodic backup, recovery, and refresh operations. Comply with the requirements of the FISMA and NIST standards for Moderate Impact systems (as defined by NIST Federal Information Processing Standard (FIPS) 199 and NIST SP 800-53, latest, currently Rev 4); and meeting FedRAMP requirements if cloud solution. Supply the FAA�s Cyber Security Management Center (CSMC), Office of Investigations, or the U.S. Computer Emergency Readiness Team (US-CERT) with access to security logs and other incident information in accordance with US-CERT reporting requirements specified in the US-CERT Federal Incident Reporting Guidelines to investigate potential security events. Comply with International Organization for Standardization/International Electrotechnical Commission (ISO/IEC) 27001:2005 and 27002:2005. The Vendor�s cloud service provider (CSP) must be FedRAMP certified. Please provide the relevant FedRAMP ID(s) with your technical approach. Use a FedRAMP approved independent third party to perform an initial security assessment of the cloud service and on-going monitoring of controls. Provide the necessary information for use by the FAA in moving towards compliance with NIST Special Publication 800-137, Information Security Continuous Monitoring (ISCM) for Federal Information Systems and Organizations. Comply with FedRAMP requirements. Provide and maintain the following artifacts: Privacy Threshold Assessment (PTA)/Privacy Impact Assessment (PIA) FedRAMP Security Authorization Documents Security Assessment Report Security Plan Plan of Action and Milestones (POA&M) Continuous Monitoring Plan FedRAMP Monthly Continuous Monitoring submittals 7.0 OTHER The FAA may request that one, some, all, or none of the respondents to this Market Survey provide additional information. No evaluation of vendors will occur based on this additional information, and vendor participation in any informational session is not a promise for future business with the FAA. A vendor's failure to respond to this Market Survey will not exclude a vendor from any future competition. Any information provided under this Market Survey is for informational purposes only and will not be released to the public except as required under the Freedom of Information Act (FOIA) or any other applicable law, regulation and/or policy. Any proprietary information submitted must be conspicuously marked as proprietary. The Government, to the extent permitted by law and regulation, will safeguard and treat information obtained pursuant to the vendor's disclosure as confidential where the information has been marked 'confidential' or 'proprietary' by the company. The Government may transfer documents provided by the vendor to any department or agency within the Executive Branch if the information relates to matters within the organization's jurisdiction.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e68e0227ac5c4ffc90d2b70b7b62da1e/view)
 
Record
SN06398356-F 20220723/220721230126 (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.