Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOLICITATION NOTICE

D -- Recovery.gov Website redesign

Notice Date
6/11/2009
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), ITS Office of Acquisition Operations (QTA), 10304 Eaton Place, 4B19, Fairfax, Virginia, 22030, United States
 
ZIP Code
22030
 
Solicitation Number
AVT0009001
 
Archive Date
6/30/2009
 
Point of Contact
Valerie V. Bindel, Phone: 8175744297
 
E-Mail Address
valerie.bindel@gsa.gov
(valerie.bindel@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY--THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER GSA’S ALLIANT GOVERNMENTWIDE ACQUISITION CONTRACT. The American Recovery and Reinvestment Act of 2009 (ARRA) is an unprecedented effort to jumpstart our economy, save and create millions of jobs, and put a down payment on addressing long-neglected challenges so our country can thrive in the 21st century. ARRA is an extraordinary response to a crisis unlike any since the Great Depression. With much at stake, ARRA provides for unprecedented levels of transparency and accountability. As specified by ARRA Section 1526, “Board Website,” Recovery.gov is the main vehicle for providing each citizen with the ability to monitor the progress of our recovery. The Recovery Accountability and Transparency Board (RATB) intends to issue a solicitation for the redesign, implementation and hosting of Recovery.gov. Recovery.gov version 1.0 is currently hosted on a Linux server and Drupal is used for the content management system (CMS) and a MySQL database. RATB is open to recommendations for technology improvements for version 2.0 and beyond, including the hosting platform, database technology, CMS, programming languages, etc. that facilitate satisfaction of the requirements described in this SOO. However, the Offeror selected for this procurement will have to provide a design flexible enough to launch the new website using existing technology as well as any technological improvements suggested. RATB strives to improve the workflow and process automation technologies that rely heavily on manual reviews of data submissions. RATB is seeking an innovative, award winning, web-design and implementation firm with expertise on user-focused, data-driven web designs to perform complete redesign, implementation, and operation of the Recovery.gov version 2.0 website. Design services will include visual design, user interface design, information architecture, design engineering, project management, and all expertise required to deliver a website with interactive data-visualization, and web-application level functionality. To this end, high-level guiding principles include the following: Time is of the essence, as RATB is working under extremely tight deadlines for a project of this size. Ability to move with speed and efficiency is critical. RATB seeks to leverage existing infrastructure (hardware, software, and contracts) and relationships where practicable, and to minimize the requirement for new infrastructure to support processing and data storage for Recovery.gov. While emphasis is on meeting the reporting requirements specified by ARRA, RATB and its contractors understand that guidance from OMB on reporting and transparency will continue to evolve. Specifically, the latest OMB guidance includes the following: 2.10 – “OMB plans to expand the reporting model in the future to also obtain [information from subsequent recipients beyond local governments and other organizations] once the system capabilities and processes have been established” 2.15 – “The Director…has the authority to require Federal agencies to collect information from all Federal recipients on all tiers to sub awards” 2.4 – “Reporting frequency and detail may change overtime…Agencies should begin exploring accounting and process changes required to update Obligations and Gross Outlays more frequently…” RATB and its contractors understand that the Recovery.gov solution shall, for automation and efficiency, allow for: 1)Evaluation of data quality to provide optimization of large, highly complex, rapidly changing data sets 2)Automated data replication 3)Standardization, normalization and cleansing capabilities necessary to support robust reporting solutions overt time. 4)Build for Speed and Responsiveness: This rapid response solution must be able to provide not only citizen-centric access but also the ability to respond to press requests, legislative branch inquires, and questions from different agencies. 5)Consider Information as a Service: Focus on developing an architecture that not only provides trusted, accurate information per the OMB guidelines, but also makes the information available as a service to a wide range of people, processes and applications. 6)Build to support Business Optimization: Adopt a flexible, services-based architecture that delivers high-quality trusted information to set the stage for true business process optimization, and link to adjacent high-value business processes, such as fraud detection capabilities. Estimated solicitation issue date is on or about 15 June 2009. Proposals are anticipated to be due on or about June 26, 2009. If the Government elects to conduct a Pre-Proposal Conference, details regarding the Conference will be provided in the solicitation. The solicitation will be a competitive acquisition based on a Firm Fixed Price (FFP) contract type with optional periods of performance. There will be no public bid opening. Responses to questions emailed to the below Point of Contacts regarding this acquisition will be posted to Recovery.gov, as practicable. This opportunity is available only to contractors who are listed on the GSA Alliant Governmentwide Acquisition Contract. This procurement shall be conducted using competitive procedures. Please note that to be eligible for award of this project prospective contractors must be registered in Central Contractor Registration (CCR) and have completed and maintained current their Online Representations and Certifications (ORCA) (both can be linked to at www.bpn.gov) prior to closing date of offer. This is not a request for competitive proposals, nor is a solicitation available. This notice is provided for “informational purposes only” under the American Recovery and Reinvestment Act of 2009. Contracting Office Address: U.S. General Services Administration, Enterprise GWAC Center-Southwest (QTBAB) GSA, Federal Acquisition Service 819 Taylor Street, Rm 7A37 Ft. Worth, TX 76102 Place of Performance: TBD Point of Contact(s): Valerie.Bindel@GSA.gov and Todd.Richards@GSA.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1b3ec144c7c80e70622d6600cf519697)
 
Place of Performance
Address: 1717 Pennsylvania Ave., Washington, DC 20006, Washington, District of Columbia, 20006, United States
Zip Code: 20006
 
Record
SN01842827-W 20090613/090612000010-1b3ec144c7c80e70622d6600cf519697 (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.