Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2003 FBO #0451
SOURCES SOUGHT

D -- Commercial-Off-The-Shelf, Enterprise Level, Web-based, Records Management System

Notice Date
2/24/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
Reference-Number-NPOESS-IPO-RMS-DLK-022403
 
Archive Date
3/29/2003
 
Point of Contact
Donald Kraus, Contract Specialist/Contracting Officer, Phone 301-713-4752, Fax 301-427-2164,
 
E-Mail Address
don.kraus@noaa.gov
 
Description
Request for Information (RFI) responses will be used by the Management and Operations staff of the National Polar-orbiting Operational Environmental Satellite System (NPOESS) Integrated Program Office (IPO) of the National Oceanic and Atmospheric Administration (NOAA). THE PURPOSE of this RFI is to determine the current availability of a Commercial-Off-The-Shelf (COTS), enterprise level, web-based system that shall have the capability to: 1) manage all organizational records regardless of storage media or other characteristics; 2) implement records management procedures to ensure the capture and preservation of authentic and reliable records; 3) ensure all administrative and technical records, including those in electronic form, are easily retrievable and usable; 4) protect records from unauthorized access to, or loss, removal, or theft of; 5) protect records from unauthorized disclosure; 6) dispose of records in compliance with the NOAA Records Disposition Handbook and General Records Schedules; 7) work seamlessly with Netscape Messaging; 8) work with current IPO workflow; 9) interface with an Oracle back end data base (Version 8.0x or higher); 10) user and administrator interface must be Netscape 4.8 and IE 5.5 or higher; and 11) must be able to support remote users with appropriate security. In general, the COTS system shall be modular so that additional modules/ upgrades to the system, can be added at later dates. The modules or functions that are required include: 1) Records Processing (e.g., enter records); 2) Records storage; 3) Classifying Records; 4) Indexing Records; 5) Screening Records; 6) Retrieving Records; 7) Copying Records; 8) Destruction of Records; and 9) Document Management. The COTS system shall be designed to allow an authorized user to easily modify system parameters and table structures in order to interface into and out of external processing systems and to easily add additional functionality required by required by the IPO. A future area of interest to the IPO is Project Management and Collaboration. SEE ASSOCIATED REQUIREMENTS AT http://npoess.noaa.gov/News/ContractOpportunities.html. BACKGROUND INFORMATION: The NPOESS is an Executive branch agency established by a 1994 Presidential Decision Directive to converge existing U.S. Air Force and NOAA polar-orbiting satellite systems under a single national program. The NPOESS program is managed by the tri-agency IPO employing personnel from the Department of Commerce (DOC), Department of Defense (DoD), and National Aeronautics and Space Administration (NASA). Our new polar-orbiting satellites will circle the globe approximately once every 100 minutes. NPOESS will provide global coverage and monitor environmental conditions, collect and disseminate data about the Earth's weather, atmosphere, oceans, land, and near-space environment. As part of this effort, the United States has also partnered with the European Organization for the Exploitation of Meteorological Satellites (EUMETSAT) and the National Space Development Agency of Japan (NASDA) to provide long-term continuity of observations from polar orbit that will continue and improve the operational meteorological and environmental forecasting and global climate monitoring services for system users. The IPO generates volumes of records daily. Information received and disbursed from the IPO must be recorded, organized, easily accessible, properly stored, and purged in accordance with agency instruction. This RFI is not a Request for Proposals (RFP), but rather is an exploratory request to determine the availability of approaches to quickly accomplish the goal of acquiring a Records Management Application for the IPO. The new web-based system must be able to integrate into the existing systems. The immediate priority is initiate a process that will benefit the IPO as it endeavors to store, organize, and purge information for the program. An integrated system approach is required. This RFI is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any awards be made as a result of this RFI. Any costs incurred as a result of responding to this RFI shall be borne by the respondent and cannot be charged to the Government for reimbursement. All information in this RFI represents an overview of the anticipated project, and is subject to change, and is in no way binding on the Government. The Government will acknowledge receipt of submissions but will not provide any feedback. Responses shall be treated as business proprietary, in accordance with the respondent's page notations. Any proprietary claims should be identified in the respondent's documentation. Responses are to be mapped with the Requirements Document format utilizing a compliance matrix identifying your proposed product(s), past experience, budgetary costs, and capability to fully meet this requirement. Pages should be printed on 8 ? x 11 inch paper, with font type no smaller than 12 point. Figures, tables and charts are not limited to 8 ? x 11, but must be folded to that size. Documents shall be submitted in hard copy and electronic form, in Microsoft WORD, EXCEL, or PowerPoint. The maximum total pages are limited to 10, including all figures, tables and charts. An original and five (5) copies of all information shall be submitted to the Contracting Officer. Also include information on the lead organization responding, business size, and contact points for members of the technical and business team. Also, please identify any participation in streamlined pre-priced contract vehicles, such as GSA and ID/IQ programs (GWACs) and at least three potential small business resellers capable of providing all requested services. ALL INTERESTED AND QUALIFIED VENDORS WILL BE CONSIDERED. See Notes 25 and 26. To be considered, submissions must be received at the National Oceanic and Atmospheric Administration, NPOESS IPO, 8455 Colesville Road, Suite 1450, Silver Spring, MD 20910 not later than 12:00 P.M., March 14, 2003. Administrative questions concerning this announcement may be directed to Don Kraus at 301 713-4847 or via email at Don.Kraus@noaa.gov. Technical questions should be directed to Gus Gamarra of RGII Technologies, Inc, at (301) 713-4720, fax (301) 427-2164, or email: gus.gamarra@noaa.gov.
 
Place of Performance
Address: Department of Commerce/NOAA, NPOESS IPO, 8455 Colesville Road, Suite 1450, Silver Spring, Maryland
Zip Code: 20910
Country: USA
 
Record
SN00263960-W 20030226/030224213205 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.