Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2024 SAM #8115
SOURCES SOUGHT

B -- Special Studies-Analysis - Technology

Notice Date
2/13/2024 3:24:44 PM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
EXPORT IMPORT BANK OF THE US WASHINGTON DC 20571 USA
 
ZIP Code
20571
 
Solicitation Number
24-0151
 
Response Due
2/26/2024 2:00:00 PM
 
Archive Date
02/27/2024
 
Point of Contact
Patricia Ludlow, Anfield Yue
 
E-Mail Address
patricia.ludlow@exim.gov, anfield.yue.ctr@exim.gov
(patricia.ludlow@exim.gov, anfield.yue.ctr@exim.gov)
 
Description
This is a Sources Sought Notice. There is no solicitation available. Requests for a solicitation will receive no response. This notice is a market research tool being utilized to determine the availability and adequacy of potential sources. Any information submitted by respondents to this notice is strictly voluntary. This requirement is UNRESTRICTED for Non-Profit Organizations ONLY. Responses must be from Non-Profit Organizations with an active SAM.gov registration at time of response. Requirements for proposed work will create an Organizational Conflict of Interest (COI) as requirements are closely associated with inherently governmental work which requires a trusted and unbiased Non-Profit Organization as a private sector operator. Work under this requirement will prohibit the Non-Profit Organization from competing for any future requirements (another words, Non-Profit Organization shall forego any procurement for development or implementation based on analyses or recommendations to avoid COI). Scope of requirements includes (but not all inclusive) of the following: A non-profit organization is to utilize all available and pertinent resources, access, and information such as*, � Federally Funded Research Development Centers (FFRDC) � Centers of Excellence (CoE) � Independent Research and Development (IR&D) � Cross-Project Coordination * Above bullets are not an all-exhaustive list. The major areas for tasking provide guidelines for the intended use is to increase capability, reduce risk, avoid unnecessary cost, and optimize use of resources, as measured by significant improvements in delivery of high-quality programs and projects. Recommendations for corrective actions made in conjunction with performance of tasks may include a cost-benefit analysis that compares the cost of implementation and maintenance with projected savings or other benefits from eliminating or reducing the underlying adverse impact to schedule, cost, scope, or quality. Enterprise Modernization (EM) analysis and report of EXIM internally and EXIM�s partners externally with recommendations to transform how EXIM can operate and serve the public better with the use of current and/or accelerate technology and infrastructure modernization efforts to improve performance within IT systems, programs, data analytics, and address changing environments and citizen needs to handle complexities and adapt strategies to overcome challenges within the financial and economic markets. Provide EXIM with tangible business outcomes and processes in advancing technology and operations to continually enhance EXIM�s operational backbone to include integrating data systems across business units, products, and services, measuring ongoing financial performance, facilitating cost savings, and updating existing legacy applications� platform infrastructure, architecture, framework, language, and/or features for digital transformation. Anticipated Delivery Period: If an award is made, work is anticipated to begin during the US Federal Government�s Fiscal Year 2024, 2nd Quarter which is Subject to the Availability of Funds. Period of Performance: Begins 5 days after award based upon certified funding. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.� This RFI is issued solely for information and planning purposes � it does not constitute a Request for Quotation (RFQ) or Request for Proposal (RFP) or a promise to issue an RFQ or RFP in the future. This request for information does not commit the government to contract for any supply or service whatsoever.� Further, the EXIM is not at this time seeking proposals and will not accept unsolicited proposals.� Vendors are advised that the government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Vendors are not required to respond to this announcement but may find it beneficial to do so if they have questions, comments, or related items to submit.�The government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the government. The proposed award transaction is for services within FAR 13.5 - Simplified Procedures for Certain Commercial Products and Commercial Services estimated at $7.5M in aggregate under the authority of FAR 13.303. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. A determination by the government not to compete these proposed requirements is based upon responses to this notice is solely within the discretion of the government. Information received may be considered solely for the purpose of determining whether to conduct a competitive procurement. North American Industry Classification System (NAICS) Code: 541990 All Other Professional, Scientific, and Technical Services PSC: B544 - Special Studies/Analysis - Technology Non-Profit Organizations who believe they possess the expertise and experience shall submit technical capabilities in writing electronically to patricia.ludlow@exim.gov no later than Monday, February 26, 2024, 5pm ET. All documentation shall become the property of the government. Vendors responding must indicate the following information in the order that it is reflected below and clearly organized as: � Non-Profit Organization Name as reflected in SAM.gov SAM.gov Unique Entity Identity (UEI) Describe experience in performing closely associated inherently and critical governmental functions. Summarize two (2) projects which have been performed in the last three (3) years and which clearly demonstrates past performance capabilities that is the same or similar to the above scope description and Federally Funded Research and Development Centers. Include a description how you managed the work for these projects keeping within scope-schedule-cost to obtained desired quality results. Provide two (2) Points of Contacts (POCs) for each project provided. Describe qualified Information Technology (IT) and management personnel with current secret / top secret clearance. Describe proof of current secret / top secret facility clearance. Describe Service Contract Inventory (FAR 4.17) reporting experience. Highlighted Federal Acquisition Regulations (FAR) clauses to be applied to this requirement are below. 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities.�Dec-2023 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.�Nov-2021 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.�Nov-2021 52.204-26 Covered Telecommunications Equipment or Services-Representation.�Oct-2020 52.204-27 Prohibition on a ByteDance Covered Application.�Jun-2023 52.204-29 Federal Acquisition Supply Chain Security Act Orders--Representation and Disclosures.�Dec-2023 52.204-30 Federal Acquisition Supply Chain Security Act Orders--Prohibition.�Dec-2023 52.227-1 Authorization and Consent.�Jun-2020 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement.�Jun-2020 52.227-11 Patent Rights-Ownership by the Contractor.�May-2014 52.227-14 Rights in Data-General.�May-2014 52.227-14_Alternate II�Dec-2007 52.227-15 Representation of Limited Rights Data and Restricted Computer Software.�Dec-2007 52.227-16 Additional Data Requirements.�Jun-1987 52.227-17 Rights in Data-Special Works. Dec-2007 52.227-18 Rights in Data-Existing Works. Dec-2007 52.227-19 Commercial Computer Software License. Dec-2007 52.227-23 Rights to Proposal Data (Technical).�Jun-1987 52.239-1 Privacy or Security Safeguards Aug-1996 This notice neither constitutes a RFI, RFQ, or RFP, nor does it restrict the government to a particular acquisition approach. This notice should not be construed as commitment by the government for any purpose. NO TELEPHONE INQUIRIES OR REQUESTS WILL BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8408426e742a4aa694078a259a769efd/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06964938-F 20240215/240213230047 (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.