Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
SOURCES SOUGHT

70 -- INNOVARi

Notice Date
7/29/2008
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
 
ZIP Code
20535
 
Solicitation Number
Innovari0804
 
Archive Date
8/23/2008
 
Point of Contact
Francine L Hemphill,, Phone: 202 324-2192
 
E-Mail Address
francine.hemphill@ic.fbi.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Introduction: This is a SOURCES SOUGHT NOTICE to determine the availability of potential small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) that can provide Business Process Management (BPM) related software development and integration services in support of the INNOVARi program for the FBI Laboratory. History: The FBI Laboratory in concert with the Operational Technology Division, both of whom are located in Quantico, Virginia have been involved in a three year effort to develop and implement a workflow and information management system called INNOVARi. Through the use of BPM methodology and automation, the INNOVARi program will provide the ability to oversee all of the activities conducted in connection with the forensic examination of evidence and the capture of performance metrics surrounding those activities. The Sapient Corporation has provided the BPM software development and integration services since November of 2005. Describe the work: The selected contractor would be expected to engage with client business units within the FBI Laboratory and Operational Technology Division to collect requirements, design a specific BPM solution for that business unit consistent with INNOVARi, conduct software development to create workflows within BizFlow by Handysoft, create data capture forms using Java Server Pages or JSPs, integrate those JSPs into the workflow and application database, develop the bar coding schema and application for the engaged business unit, develop the Business Activity Monitoring or BAM functionality for each business unit using Oracle's BAM software, integrate the BAM into the workflow and data capture forms, test all developed software, integrate the software solution into three different environments (development, testing and integration, and production), conduct User Acceptance Testing with the engaged business unit, make updates and code fixes resulting from UAT, conduct Training with all members of the business unit on how to operate the BPM/BAM application, make updates and code fixes that result from the Training, and deploy the application. In addition, there a certain Java utilities that would have to be developed and deployed to support all of the business units. Further, the vendor would be required to maintain the current list of Change Requests and deliver the solution for the prioritized Change Requests. All of this work has to conform to an Agile software development model and to the FBI Laboratory's INNOVARi specific Implementation Model. The NAIC's code is 541512 The contract will include the following scope of services: Requirements collection. Software Development. Database Development. Application integration. Systems integration. List Contractor Requirements: The selected vendor will need to demonstrate knowledge and experience in the following specific areas: Use and implementation of Value Stream Management as a BPM methodology. Successful implementation of Change Management. Successfully implementing BPM. Organization Development. Implementing bar coding technology. Understanding the specific needs of crime laboratories as it pertains to the forensic examination process, scientific protocols, Chain-of-Custody, and the guidelines established by the American Society of Crime Laboratory Directors. Deployment of BizFlow software. Deployment of JSP data capture forms. Database design and development. Deployment of Oracle's BAM software. Development of Java Utilities. Project Management Professionals currently on staff and certified through the Project Management Institute. Agile Development Methodology. Deployment and integration of applications in IBM's Websphere. The minimum contractor requirements are: Certified Project Management Professionals through the Project Management Institute. Demonstrated knowledge and experience in the application of Value Stream Management methodology. Demonstrated knowledge and experience in the deployment of BizFlow software. Demonstrated knowledge and experience in the deployment of JSP data capture forms. Demonstrated knowledge and experience in the deployment of Oracle's BAM software. Demonstrated knowledge and experience in the deployment of bar coding technology. Demonstrated knowledge and experience in the development and design of Oracle databases. Contractor Capability (Refer back to the points of work above) Address your company's capabilities Please provide your experience, knowledge and ability to provide the following: 1. 2. 3. 4. Experience - sample: with maintaining a complex computer system with at least one million lines of code; parties should describe their experience and indicate the number of lines of code maintained. If they have not had experience with one million lines of code, the contractor must address how they plan to make up for that gap. Experience - sample: with writing requirements, designing, coding, testing, and implementing changes to a system amounting to approximately 40,000 direct hours annually; parties should describe their experience, the nature of the system, and the changes performed. If the contractor does not have experience close to 40,000 direct hours annually, how does the contractor plan to fill that gap. Knowledge of - Sample: the Medicare systems that interfaces with CWF (i.e., Medicare Quality Assurance (MQA), the National Claims History (NCH) system, and the systems identified above. Experience: Sample: (do not be overly restrictive - this should be a minimum) •a. Java Message Service (JMS) •b. Oracle •c. Websphere Application Server (WAS) •d. Websphere Business Integration Message Broker Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to Francine L. Hemphill at Francine.hemphill@ic.fbi.gov. CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE. Please address each in order listed above. Capability statements shall also include the following information: company name, address, point of contact, phone/fax/email, DUNS Number, and business size and status,(e.g., small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women owned small business) including any letters, certificates, or similar documentation indicating such status; corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); and tax identification number. Capability Statements shall be limited to 10 pages and shall include any/all teaming arrangements. Please include the following Business Information -- DUNS: Company Name Company Address Current GSA Schedules appropriate to this Sources Sought Do you have a Government approved accounting system? If so, please identify the agency that approved the system. •f. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp. Company Point of Contact, Phone and Email address Point of Contact, Phone and Email address of individuals who can verify the demonstrated capabilities identified in the responses. Teaming Arrangements: All teaming arrangements shall also include the above-cited information and certifications for each entity on the proposed team. Teaming arrangements are encouraged. This is not an invitation for bid, request for proposal or other solicitation and in no way obligates FBI to award a contract. The sole intent is to obtain capabilities for set-aside and procurement planning purposes. Capability statements will not be returned and will not be accepted after the due date. U.S. Department of Justice/ Federal Bureau of Investigation for the Finance Division Attn: Francine L. Hemphill, 935 Pennsylvania Ave. N.W. Washington, DC 20535-0001, or send by email to Francine.hemphill@ic.fbi.gov or fax 202-324-3104. Telephone requests or inquiries will not be accepted. Responses to this notice shall be received no later than 4:30 PM Eastern Standard Time, Monday, 8 August 2008. The point of contact for this announcement is Francine L. Hemphill, Contract Specialist, at Francine.Hemphill@ic.fbi.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9d011d26cd478f36263d9766ed11c678&tab=core&_cview=1)
 
Place of Performance
Address: 935 Pennsylvania Ave, washington, District of Columbia, 20535, United States
Zip Code: 20535
 
Record
SN01625960-W 20080731/080729225607-9d011d26cd478f36263d9766ed11c678 (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.