Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2003 FBO #0611
SOURCES SOUGHT

70 -- Personnel Scheduling Software

Notice Date
3/6/2003
 
Notice Type
Sources Sought
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
Reference-Number-USSS-03-RFI-0011
 
Response Due
3/21/2003
 
Point of Contact
Kathleen Wilson, Contracting Officer - PIB Branch Chief, Phone (202) 406-6940, Fax (202) 406-6801,
 
E-Mail Address
none
 
Description
RFI DESC: Request for Information/Market Research-The Secret Service seeks information on commercial off the shelf software products that can provide automation of existing personnel scheduling methods. THIS IS NOT A REQUEST FOR PROPOSALS. IN ANTICIPATION OF A LARGE RESPONSE TO THIS NOTICE, IT MAY NOT BE POSSIBLE TO RETURN INDIVIDUAL PHONE CALLS. INTERESTED PARTIES SHOULD READ THIS NOTICE CAREFULLY AND FOLLOW ITS INSTRUCTIONS AS FURTHER INFORMATION WILL NOT BE PROVIDED AT THIS TIME. IF YOU HAVE RECEIVED ONLY A PARTIAL NOTICE OF THIS REQUIREMENT THROUGH A VENDOR SERVICE, YOU MUST OBTAIN THE FULL, UNEDITED NOTICE FROM EITHER THE COMMERCE BUSINESS DAILY OR THE ELECTRONIC POSTING SYSTEM. Overview: The United States Secret Service is seeking sources capable of providing a commercial, off-the-shelf software product which can be used for law enforcement personnel scheduling. This system must be a scalable, multi-user system accessible via LAN/Intranet. An intranet/thin-client is preferred. It should be capable of using Oracle as the RDBMS. It should be Java based and web-server independent, capable of running on multiple platforms. Interested parties should include rough-order-of-magnitude pricing for software, customization of applications, on-site installation and annual out-year maintenance costs for software and personnel support. Specific requirements sought include: 1. Provide an API to integrate with an existing security interface that utilizes single sign on, PKI/Smart Card technology. 2. Allow officers to view schedules, respond to requests for assignments and submit leave, overtime, and alternative shift requests via a web portal accessible via the Intranet. 3. Allow scheduling officers to produce daily schedules for multiple shifts and for multiple locations. 4. Sources shall have demonstrable, direct and recent experience in implementation and deployment of law enforcement scheduling software. 5. The software must support a 24-hour, 7 day per week, 365 day per year work environment. 6. At the time of the offering, the software must demonstrate the ability to produce a work schedule for a minimum of 100 people, resulting in a master schedule for a period of not less than one week. 7. The software must have current ability to produce reports concerning personnel, time and attendance, assignments, staffing and work schedules. The software must be capable of retaining prior work schedules, and have this information available for utilization in preparing future schedules. Software capable of monitoring workload trends and recommending a draft schedule encompassing such trends would be highly desirable. 8. The software must have the current ability to be used and viewed simultaneously at different physical locations. The software must be capable, through user defined access privileges, to limit access to information on an "as required basis" as well as a schedule being "locked" upon approval and "unlocked" for updates. 9. The software must have demonstrated ability to automatically produce work schedules based on pre-set business rules and operator criteria. The software will encompass expert-knowledge descriptions of personnel skill levels, abilities, and availability which is capable of being understood and utilized by the software program in constructing shifts of the required personnel number and length of shift cycles. Notification to the operator when and if a rule/requirement is not followed, through an on-line informational message, is considered highly desirable. 10. The software must be capable, in a "user-friendly" manner (i.e., by a non-IT, end user computer operator), of allowing for the defining, modifying, and removing of the underlying business-rules and operator criteria, as well as any expert-knowledge assumptions such as personnel availability, skill levels, etc., used to generate schedules. The software must be capable of regenerating new schedules when such rules, criteria, or assumptions are changed. Notification to the operator when changes to current and/or future work schedules have been effected by these changes, through an on-line informational message, is considered highly desirable. 11. Any feature of the existing system, which demonstrates the ability to utilize an expert-knowledge database resulting in software-generated recommendations, should be highlighted in your response, even if not specifically listed herein. 12. Sources meeting the above requirements shall submit a written statement of capabilities (SOC) not to exceed fifteen (15) pages, detailing their experience and capabilities in the area above. Interested parties should submit a written extract of the operation of their existing commercial-off-the-shelf software products, which could potentially be adapted for the above use. It will benefit interested parties to provide as much detail as possible about the useful features of their systems, as described by this announcement, so that these features can be evaluated for inclusion in a potential upcoming request for proposals. Any demonstration CDs or discs submitted must be capable of being run on a PC with Windows 2000 or XP, and include operator instructions on how to load and view the program. Print capabilities, to include pull down menus and written descriptions, are desirable. If time permits, and depending on the volume of responses, individual vendors MAY be contacted for a product demo prior to release of a solicitation. The Secret Service will not pay for any costs associated with the demonstration of any software products or any written response to this notice under this request for information announcement. Responses should be mailed to the following address: United States Secret Service, Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC 20373, Attn: K. Wilson no later than Friday, March 21, 2003.. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 31-JUL-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USSS/PDDC20229/Reference-Number-USSS-03-RFI-0011/listing.html)
 
Place of Performance
Address: U.S Secret Service 950 H Street, NW Washington, DC
Zip Code: 20223
Country: USA
 
Record
SN00389348-F 20030802/030731223733 (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.