SOURCES SOUGHT
D -- IT Operations and Modernization (ITOM) Support Services
- Notice Date
- 3/18/2025 8:56:57 AM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- COMPTROLLER OF CURRENCY ACQS WASHINGTON DC 20219 USA
- ZIP Code
- 20219
- Solicitation Number
- 2031JW25N00009
- Response Due
- 3/24/2025 11:00:00 AM
- Archive Date
- 04/08/2025
- Point of Contact
- Christine Guy, Phone: 2028156108, John Baumert, Phone: 2028097720
- E-Mail Address
-
christine.guy@occ.treas.gov, John.Baumert@occ.treas.gov
(christine.guy@occ.treas.gov, John.Baumert@occ.treas.gov)
- Description
- This is a request for information only. This Request for Information (RFI) does not constitute an Invitation for Bids (IFB), Request for Proposals (RFP), or Request for Quotation (RFQ) and is issued solely for information and planning purposes. It does not commit the Office of the Comptroller of the Currency (OCC) to issue a solicitation (RFP/RFQ) or award a contract for any supply or service whatsoever. The OCC 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 Respondents� expense. Those who respond to this RFI should not anticipate feedback concerning its submission other than acknowledgement of receipt if the Submitter requests acknowledgement. The OCC requests that you submit any questions regarding this RFI and Draft Performance Work Statement (PWS) by March 7, 2025. If it is determined that in doing so would benefit the agency, response to the questions will be provided by March 14, 2025. Synopsis The OCC is seeking information on IT Operations and Modernization (ITOM) Support Services to assist in an on-going effort to modernizing IT services and solutions utilizing modern technology products, services and techniques. The purpose of this notice is to obtain information from industry contractors regarding their interest, capabilities, and recommendations for ITOM Support Service. The North American Industry Classification System (NAICS) code for this request is 541512 Computer Systems Design Services. The small business size is $34.0 million. SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. Include whether you are a small business; 8(a) small business; HUB Zone small business; service-disabled veteran-owned or veteran-owned small businesses; women-owned or economically disadvantaged women-owned small business; or small disadvantaged business in order to assist the government in determining the appropriate acquisition method, including whether a set-aside is possible. Lastly, if you have any Governmentwide Acquisition Contracts (GWAC) or U.S. General Services Administration (GSA) federal supply schedules, please provide those contract numbers. Background The OCC is an independent bureau of the U.S. Department of the Treasury. Its primary mission is to charter, regulate, and supervise all national banks and Federal savings associations. The OCC�s goal in supervising banks and Federal savings associations is to ensure that these entities operate in a safe and sound manner and in compliance with laws requiring fair treatment and access to credit and financial products. OCC�s Information Technology Services (ITS) works to enable the mission of OCC through technology solutions and services. ITS has an effort underway to modernize IT services and solutions utilizing more modern technology products, services, and techniques. Activities are supported through focus areas that include Supervision Platform Services, Cyber Security, End User Services, Infrastructure and Shared Services, and Customer Experience and Relationship Management. The current solutions encompass of Microsoft Backend database, windows servers, Low code platform (i.e. Appian, ServiceNow), commercial off-the-shelf (COTS) as well as cloud services (AWS, Azure Snowflake). The current IT environment is made up of a mix of current and legacy services, which are supported by a variety of contract vehicles. The current contracting approach creates service gaps and coordination issues across the various support areas. Requirements Description: Please refer to the attached document titled �ITOM Draft PWS.� RFI Submission Responses: Interested parties are requested to respond to this RFI electronically, with the information below. Company Background � Provide summary information including company name, the System for Award Management (SAM) Unique Entity Identification number, Commercial and Government Entity (CAGE) code, Government-wide Acquisition Contracts (e.g., GSA Multiple Award Schedules, NIH National Institutes of Health Information Technology Acquisition and Assessment Center), schedule holder number(s) (if applicable), and designated point of contact's name, title, email address and phone number. Company Classifications � Relevant asserted NAICS Code(s), and Product Service Code(s) (PSCs) (as applicable), business size, socioeconomic status. Provide recommended NAICS Code(s) Provide recommended PSC(s) Solution and Service Overview � Please provide your understanding and technical proficiency in delivering the services outlined in this RFI and draft PWS. Include your approach to accessing relevant data, technology, and tools necessary for successful delivery, as well as any anticipated challenges and how they will be addressed. Detail your previous experience in successfully performing the services outlined in the PWS Scope section. Describe your capability to provide the services from a staffing and management perspectives including any assurance process(es) and/or control(s) ensuring qualified staff are assigned. Additionally, describe your approaches to project planning, execution, monitoring, evaluation, performance metrics and Service Level Agreements. Explain the quality and financial management strategies you employ to ensure services are delivered on time, within budget, and at a high quality. Published Catalogs and Pricing Structure � Provide published price lists or catalog(s). If applicable, provided information on volume discounts, and favored customer discounts. Provide the contract line-item number (CLIN) structure of a previous IT Operations and Modernization Support Services effort similar in nature. Provide previous and recommended CLIN structures, including a) firm-fixed-price (FFP), b) FFP, level-of-effort (LOE), c) time and materials (T&M), d) labor-hour (LH), or e) a combined/hybrid approach. Include the breakdown of work performed/deliverables completed to hours (i.e., LOE) over the course of a 1-year effort (1-month increments). Identify whether the FFP, T&M, LH, or combined contract types remains unchanged throughout the duration of the contract. Requirements Capability � Respondents should address details of its capability and corporate experience to meet the: a) technical requirements; b) labor categories (including job duties, years of experience, qualification, certifications, and education as applicable); c) Section 508 of the Rehabilitation Act of 1973. Identify any assumptions, constraints, agreements, terms, conditions, and/or exhibits the Government would need to consider when entering into an agreement (i.e., contract) for which a company cannot meet the capability requirements, and a waiver/exception is required. Subcontracting possibilities � Respondents should identify any Small Business (SB) opportunities to allow SBs to expand its offering(s) and gain experience(s) in performing IT Operations and Modernization Support Services. Teaming Arrangements � Respondents should identify any potential Teaming Arrangements including GSA Multiple Award Schedule contract number, and designated point of contact's name, title, email address and phone number. Contractor's response submission should also include the following: Provide feedback/comment on the attached PWS using the attached �PWS Q&A worksheet.� Provide estimated lead time required to onboard contractors in any of the PWS Task Area. Provide performance metrics for required PWS task areas. Complete the attached �RFI Response Spreadsheet� with requested information (there are two Tabs on this worksheet to complete). Please provide your corporate experience performing requirements with a similar size and scope to the Draft ITOM PWS in the IT space supporting Operations and Modernization Support Services. Provide details of your breadth and depth of experience for each organization, whether that experience was as a prime contractor or subcontractor, and a summary of the scope of work for each of the PWS Task Areas below: Network Support Communication Systems Server Support Storage Management Directory Services Identity Services Corporate Platform Support IT Security Platform Support DevSecOps Platform Engineering Application Development Web Content Management Database Administration Data Management/Reporting Business Analysis IT Quality Assurance (QA) IT Program Management IT Project Management End User Support IT Training Services Strategic Communications IT Product Management Enterprise Resource Planning (ERP) Support IT Security Enterprise Architecture RFI Submission Instructions: Responses shall be in single-spaced, Times New Roman or Arial, no less than 12-point font format, with one-inch margins all around, compatible with MS Office Word or Adobe Acrobat sent via email as courier delivery will not be accepted. Responses to the RFI shall not exceed 30 pages and shall be printable on 8 �� x 11� paper. If a Respondent elects to complete the Questions and Answers Attachment, there is no page limitation to the template provided, and should be presented with the submission. The government reserves the right to not answer those questions received. Respondents shall avoid the use of excessive marketing language, submission of fancy brochures, and other unnecessary sales literature. The email should include the following subject heading, �Response to OCC�s IT Operations and Modernization (ITOM) Support Service RFI 2031JW25N00009.� As noted above, this RFI is issued solely for information purposes, and therefore, documents received in response to this notice will not be returned, and any proprietary information contained within responses shall be clearly marked as �Proprietary.� All submissions in response to this RFI shall become the property of the Government. Any response submitted to this request constitutes consent for its submission to be reviewed by OCC and its employees. Please provide any questions you have to the attached PWS on the attached Q&A Worksheet and send to Christine.Guy@occ.treas.gov and john.baumert@occ.treas.gov by 4:00 PM EST March 7, 2025. RFI responses should be emailed to Christine.Guy@occ.treas.gov and john.baumert@occ.treas.gov by 2:00PM EST, March 24, 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/59f1d4e3e9e9441db8263b80f1479fd7/view)
- Place of Performance
- Address: Washington, DC 20219, USA
- Zip Code: 20219
- Country: USA
- Zip Code: 20219
- Record
- SN07376606-F 20250320/250318230053 (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 |