Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2023 SAM #7841
SOURCES SOUGHT

99 -- Digital Workflow System

Notice Date
5/15/2023 11:51:09 AM
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
SRNS - DOE CONTRACTOR Aiken SC 29801 USA
 
ZIP Code
29801
 
Solicitation Number
SRNS5152023DIGITALWORKFLOWSYSTEM
 
Response Due
5/31/2023 2:00:00 PM
 
Point of Contact
Barbara McCarty, Phone: 8036465751
 
E-Mail Address
barbara.mccarty@srs.gov
(barbara.mccarty@srs.gov)
 
Description
***** This is a REQUEST FOR INTEREST ONLY! This request does not constitute a request for proposal, request for quote, or invitation for bid. The intent of this request is to identify potential offerors for market research purposes only. ***** Request for Information (RFI) Savannah River Nuclear Solutions, LLC (SRNS), which manages and operates portions of the Savannah River Site (SRS) under a Department of Energy (DOE) prime contract, seeks information for parties capable of providing a commercial off the shelf (COTS) product, Digital Workflow���� System.� This RFI is issued to assist with finding potential suppliers interested in this solicitation. The SRS is located approximately 15 miles south of Aiken, South Carolina and is 310 contiguous square miles. SCOPE SUMMARY Background The Digital Workflow System (DWS) will support a Savannah River Site (SRS) new processing facility. It will maintain a historic database that tracks products as they move through the process. It will support activities including data collection, calculations, limit checking and interfacing with instrumentation (preferably the Site Standard Digital Control System, Emerson DeltaV). It will interface with other Site-built applications to communicate completion of steps in the process. It will support executing multiple concurrent instances of the same process. Basic Requirements The COTS product needs to satisfy these requirements at a minimum: Use of a web-based user interface Graphical workflow capabilities to generate work plans containing operations and associated instructions/steps based on defined processes to manage shop floor processes Data collection capabilities (manual and electronic interfaces, preferably Emerson Delta-V, the site standard). Data types to be collected include numeric, alphanumeric, and binary. Validation of data entries will include type checking, valid character sets, sets of valid values, and validation based on values entered earlier in the workflow. Ability for multiple instances of the same workflow to be in execution simultaneously API documentation available for interaction with custom applications and reporting tools. Capability that allows configuration or reconfiguration of workflows, addition of new workflows, and data collection changes/additions with no down time and without the need for programming. Ability to enforce ordered or unordered completion of process steps and data collections Ability to manage unexpected conditions that arise in the process in a controlled way Ability to assign users different roles or levels of privilege. Ability for privileged users to edit data that has already been collected. Ability to repeat workflows or portions of workflows based on inputs during execution of the workflow. Ability to configure steps in the workflow as skippable. Ability to configure display options and messages for steps (for example, to call the user�s attention to a step, or to provide additional information when the user comes to a step). Tracking execution of workflows (including timestamps for each step) and identity of the user(s) executing the workflow System can be hosted on Windows (preferred) or Unix/Linux operating system A supplier's response to the RFI does not guarantee they will be selected to participate in the RFP. Suppliers responding to this RFI shall include evidence of the following: Technical description of the COTS product, ensuring that the basic requirements described above are addressed. Include the following What data interfaces are accepted from external devices (in addition to manual entry) Details of the API(s) for interacting with external applications Details of the database implementation, including language Information on the vendor�s future plans for the COTS product, including evolution of platform and product architecture and plans to maintain connectivity with external applications Information on the vendor�s cybersecurity plan for the application: process for identifying weaknesses, updating software and notifying licensed/supported customers in response to publicly and/or privately disclosed weaknesses. List prices of COTS product licenses, annual maintenance fees, on-site consulting fees and typical training class fees for budgetary purposes Vendor info: History Foreign interests in the company � due to security concerns, all vendor personnel involved must be US citizens Size/Sales Technical support, including training programs for software users Products Customers E-mail response addressing Items 1 through 5 above shall be submitted by 5:00 p.m. est. on 5/31/23 to Barbara McCarty at barbara.mccarty@srs.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/737e5d4517d543fda3c8e3b979abb722/view)
 
Place of Performance
Address: Aiken, SC 29808, USA
Zip Code: 29808
Country: USA
 
Record
SN06683145-F 20230517/230515230120 (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.