Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2006 FBO #1525
SOURCES SOUGHT

D -- Software Development Support Services

Notice Date
1/27/2006
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Court Services and Offender Supervision Agency, Office of the Director, Procurement Management Staff, 633 Indiana Avenue, NW, Suite 880, Washington, DC, 20004-2902
 
ZIP Code
20004-2902
 
Solicitation Number
CSOSA-06-RFI-01
 
Response Due
2/10/2006
 
Archive Date
2/11/2006
 
Description
The Court Services and Offender Supervision Agency (CSOSA) of the District of Columbia is an independent, executive branch Federal Agency, established under Section 11232 of the National Capital Revitalization and Self-Government Improvement Act of 1997. CSOSA is responsible for functions relating to pretrial services, probation, parole and offender supervision in the District of Columbia. The mission of CSOSA is to increase public safety, prevent crime, reduce recidivism, and support the fair administration of justice in close collaboration with the community. CSOSA intends to establish multiple awards for software development supporting enhancements and new business and functional modules for the agency's primary mission critical case management system using task orders that include performance requirements tied to objective measurement criteria and that include incentive and disincentive terms. The case management system application is built using C# programming language on the Microsoft .Net and SQL Server platform. The application serves a user population of about one thousand, tracks all activities for fifteen thousand offenders and is built on n-tier and portal architecture. CSOSA is seeking sources with comprehensive and advanced Microsoft platform - SQL Server, .Net, nTier architecture, advanced web services, and XHTML development and project management experience and qualifications that employ a standards-based (such as the Software Capability Maturity Model - CMM) systems development methodology that is mature and adaptive so as to ensure that the method used will fit the current development and Operations & Maintenance (O&M) environment. The development methodology should allow for future maintenance, operations, and mission support technology evolution and business requirements growth and include provision for and experience with bridging specificity between agency managed network, server and infrastructure operations, maintenance, and security requirements as well as translation of business requirements. Prospective vendors are encouraged to suggest strategy and add more performance requirements than are identified below for CSOSA's consideration. The suggestions should include past performance references and how performance might best be measured and lessons learned when performance criteria, contractual terms, and results have proven to not align. Sources are sought with the following qualifications: 1. Comprehensive and advanced Objective Oriented Design and Development, Microsoft platform, .Net, nTier architecture, advanced web services, and C# & XHTML development experience and qualifications. 2. Experience in assisting customers with development of clear statement of requirements for task orders including interaction with business owners and developing function points. (Firms are advised such development assistance will preclude competing for the task order services.) 3. Experience exercising tight control over project deliverables; formal budget/schedule variance analysis; well-documented Customer/Vendor roles and responsibilities; and a change control process that quantifies impact on time and cost. 4. Experience performing under contractual terms that include incentives and disincentives based on objective measurement criteria that include - but are not necessarily limited to - function points, defects, problems, and effort to document performance. 5. Experience with customers who have applied measurement techniques for evaluating the quality of deliverables, quantifying changes in scope, identifying process improvements. Individual responders should indicate whether they are a large, small, small disadvantaged, disabled veteran, or women-owned business. In addition, please provide your GSA Schedule Number (if applicable), point of contact and phone number. CSOSA shall not assume any expenses incurred by any of the respondents to this RFI. This is NOT a Request for Proposals (RFP) and as such, no solicitation is currently available. It is CSOSA's intention to conduct this procurement either as a Multiple Award Task Order Contract using indefinite delivery indefinite quantity (IDIQ) provisions in accordance with Federal Acquisition Regulation (FAR) Part 16.5, or in accordance with FAR Part 8.4, Federal Supply Schedules, utilizing the General Services Administration's (GSA) Schedule 70 - General Purpose Commercial Information Technology Equipment, Software, and Services for single or multiple BPA awards. All responses must be submitted no later than Friday, February 10, 2006 in the form of a white paper, limited to no more than 15 pages in length. Respondents should identify their company's name, address, telephone number, and point of contact. Proprietary information must be clearly marked. Additional informational brochures are acceptable, if available. Informational brochures are not subject to the 15 page limitation. Any material submitted will not be returned. It is recommended that the white paper be submitted in hard paper form in addition to electronic media via compact disk (CD). CSOSA reserves the right to contact vendors, to provide clarification on capabilities or to ask questions. All materials should be delivered to the following address: Court Services and Offender Supervision Agency, Office of Procurement, ATTN: Elizabeth M. Moya, Contracting Officer, 633 Indiana Avenue NW, Suite 880, Washington, DC 20004
 
Place of Performance
Address: Washington, DC
Zip Code: 20004
 
Record
SN00974202-W 20060129/060127211549 (fbodaily.com)
 
Source
FedBizOpps 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.