Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2024 SAM #8149
SOURCES SOUGHT

D -- Enterprise Case Management (ECM) Solution Development Services

Notice Date
3/18/2024 12:24:02 PM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NATIONAL OFFICE - PROCUREMENT OITA NEW CARROLLTON MD 20706 USA
 
ZIP Code
20706
 
Solicitation Number
ECM8214
 
Response Due
4/2/2024 7:00:00 AM
 
Archive Date
04/17/2024
 
Point of Contact
Kane Leedy, Phone: 717-840-6006
 
E-Mail Address
kane.e.leedy@irs.gov
(kane.e.leedy@irs.gov)
 
Description
Amendment 2:� This sources sought is being amended to revise some of the questions, requirements, etc.� This amendment focuses on small business responses.� This notice will also be posted to GSA MAS.� Only one response is required.�� Amendment 1:� The original sources sought is being amended and new market research is being performed.� Responses to the original sources sought will not be considered.� Interest parties shall respond to this amended sources sought with the information requires in the sources sought announcement. SOURCES SOUGHT NOTICE This is a Sources Sought Notice for market research purposes only and is not a Request for Quote (RFQ). �A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. This source sought is being published to identify potential small business sources capable of providing support services for Enterprise Case Management (ECM) Solution Development Services.� This sources sought notice is seeking responses from small businesses only.� Responses from large businesses will not be reviewed.� The Government intends to pursue a multiple award Blanket Purchase Agreement (BPA) under GSA MAS with a maximum value of $1,250,000,000.00.� However, the Government reserves the right to alter this plan as a result of market research.� Please see the attached Draft Performance Work Statement for a more thorough description of the overview, objectives and scope of work.� A draft of the task order 0001 PWS is attached as well.� The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 541511, Computer Systems Design Services. The size standard for NAICS 541511 is $34M. Comments on this NAICS and suggestions for alternatives must include supporting rationale.� The PSC that is intended for this acquisition is DA01.� No decision has yet been made regarding the small business strategy for this acquisition. The Government is interested in determining whether small businesses are capable of performing the requirement at a fair market price. The Government requests that interested parties submit a brief description of their company's business size (i.e. annual gross revenue for the prior three (3) years), business status (i.e., 8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses, small or large business). Small businesses are advised that FAR 52.219-14, Limitations on Subcontracting, would apply. The purpose of this acquisition is to support Information Technology (IT) Application Development (AD) to deliver a cloud-based ECM platform that contains a Portfolio of case management Solutions/Products capable of supporting issue-resolution across all IRS� Lines of Businesses (LOBs) utilizing IT Enterprise Program Management Office�s (EPMO�s) ECM Program�s (hereafter referred to ECM Program�s) selected Commercial Off the Shelf Software (COTS) development platform, currently Pega.� The ECM Portfolio of Solutions/Products shall give every authorized IRS employee the ability to see the entire range of issues and communications with an entity, quickly resolve concerns cost effectively, and give visibility to responsible managers. This comprehensive strategy shall enhance taxpayer service, modernize business processes, and improve the efficiency of IRS operations.� This contract does not include any new development activities which are covered under ECM Solution Integration Services (SIS) which supports IT EPMO ECM Program. The scope of work for this acquisition includes all efforts to is to support Information Technology (IT) Application Development (AD) to install an enterprise case management development platform to implement the ECM Program�s Portfolio�s set of Solutions/Products to subsume the functionality of numerous individual organization�s legacy case management systems in order to achieve the efficiencies and cost-effectiveness inherent in a standard COTS development platform universally available to all authorized IRS employees. The work will include: (1) collaborating with legacy system owners to determine requirements; (2) analyzing legacy systems content and functionalities; (3) developing the Portfolio of Solutions/Products to transition required functionalities onto the ECM COTS development platform;(4) testing and validating the ECM Portfolio�s Solutions/Products produced to ensure owner requirements are satisfied; (5) similar development services to retire individual systems, as ECM Portfolio fully matures, and (6) performing O&M on developed Solutions/Products thereafter. Specific details can be found in the Sources Sought and draft PWS attachments.� The souces sought attachment has certain requirements delineated that an interested party�shall respond to help the Government determine where capabilities exist within industry.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90d59030cb654d5eaa02fe0c5c81f340/view)
 
Place of Performance
Address: Lanham, MD 20706, USA
Zip Code: 20706
Country: USA
 
Record
SN07000869-F 20240320/240318230050 (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.