Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2009 FBO #2958
SOURCES SOUGHT

D -- REQUEST FOR INFORMATION -OWCP EMPLOYEE'S COMPENSATION OPERATIONS AND MANAGEMENT PORTAL (ECOMP)

Notice Date
12/28/2009
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL110RI208612
 
Archive Date
1/30/2010
 
Point of Contact
Hannah L. Syphax, Phone: (202) 693-4571, William Stevens, Phone: 202-693-4582
 
E-Mail Address
syphax.hannah@dol.gov, stevens.william@dol.gov
(syphax.hannah@dol.gov, stevens.william@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information—OWCP EMPLOYEES’ COMPENSATION OPERATIONS AND MANAGEMENT PORTAL (ECOMP) RFI Number DOL110RI208612 Notice Type: Request for Information Synopsis The United States Department of Labor (DOL) is conducting market research for an upcoming procurement requirement. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to provide the United States Department of Labor's (DOL) Office of Workers' Compensation Programs (OWCP) requirement for Forms submission and creation in support of the ECOMP Program. The North American Industry Classification System (NAICS) code for this request is 541511, Custom Computer Programming Services. The Small Business Size is $25 Million. SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. Include whether or not you are a small business; HUBZone small business; service-disabled, veteran-owned small businesses; 8(a) small business; women-owned small business; or small disadvantaged business in order to assist the government in determining the appropriate acquisition method, including whether a set-aside is possible. 1. INTRODUCTION The DOL, OWCP, Division of Federal Employees’ Compensation (DFEC) has a need to allow injured Federal employees and their employing agencies to electronically file DFEC forms through the Internet using common WEB browsers. The capability envisioned would enable the following functionality: 1. Easy access for an injured claimant to electronically file and track the submission status of a claim using the internet 2. Allow claimant to electronically submit supporting documents using commonly available file formats 3. Allow claimant’s supervisor to electronically review and approve the claim submission 4. Allow authorized employing agency representative to review, approve, and submit a claim to DFEC 5. Provide agency reporting capabilities OWCP has determined that the Adobe LiveCycle tool will be used to provide the necessary forms data capture capabilities. This notification is a Request for Information (RFI) from industry vendors regarding their capabilities and interest in providing the LiveCycle product and tools, developing the WEB based interface, work flow capability, and providing training for current staff. 2. BACKGROUND The Office of Workers’ Compensation Programs, Division of Federal Employees’ Compensation (OWCP/DFEC) administers the Federal Employees’ Compensation Act (FECA). FECA provides workers’ compensation coverage to three million Federal and Postal workers including wage replacement, medical and vocational rehabilitation benefits for work-related injury and occupational disease. Compensation claims filed under the FECA are processed by DFEC’s 12 District offices around the nation. The process for filing, validating and submitting a claim to DFEC is the responsibility of the individual Federal agencies. Some agencies, depending on budget and IT staff availability, have developed electronic submission capabilities while other agencies rely on paper submissions. The ECOMP project is being implemented to allow all agencies to reduce their reliance on paper by enabling the injured worker (claimant) to fill out and file a claim electronically using any computer connected to the internet. Once a claim has been filed, ECOMP will provide agencies with a basic claims management capability to track the status of the claim and allow for an approval work flow, as well as reporting tools. 3. INFORMATION BEING REQUESTED DOL is requesting information from vendors regarding their capabilities to provide the Adobe LiveCycle product, and their technical ability to use the LiveCycle product to develop an electronic claims submission and tracking system. Responses to this RFI should address the following: 1.Provide your company’s name and address; size of company (number of personnel, finances, small or large business (8(a), etc.) and point(s) of contact (Name, Phone Number, Address, email, etc.). 2.Identify the location of the facility you would propose to perform the work covered in Section 4. 3.Responses from small businesses must address adherence to the federal requirement of 50% prime contractor performance on contracts. Small businesses must not be unduly dependent on support from large business subcontracts or teaming arrangements. 4.Identify your firm’s availability on GSA Schedules or other Federal government contracting vehicles. Responses should address the high-level requirements from Section 5. 5.Describe your technical approach in implementing the processes and functions in Section 4 with the expected volumes provided. Also provide a description of demonstrated experience (in the past three years) deploying applications using the Adobe LiveCycle product and providing training in the use of the Adobe LiveCycle product. 6.Estimate the price for development/implementation of the application based on the requirements outlined in Section 5. Provide recommendations and estimate pricing for LiveCycle training for current staff. 7.Describe your experience interfacing with complex case management/claims processing systems and developing Web interfaces with other systems using the Adobe LiveCycle tool. 8.Describe your experience implementing and performing successfully on performance-based contracts. 4. GENERAL REQUIREMENTS The Contractor will be able to sell directly to the government the Adobe Live Cycle Enterprise Suite 2 solution. The solution should include a development tool for designing the form interface and implementing business logic within the form as well as providing status and workflow. The Contractor will provide a services solution that meets the following general requirements: The contractor will also provide the initial consultant services necessary to develop the form submission portal for ECOMP and make it available to the authorized user community via the WEB. The contractor will, using the Adobe LiveCycle tool, develop a basic claim submission and work flow application comprised of no less than 6 DFEC and OSHA forms (CA-1, CA-2, CA-7, CA-7A, CA-7B, OSHA 301). The application will at a minimum provide the following functionality: oAllow data entry with appropriate field level edits to ensure data content oAllow ability for claimant to partially fill out a form, leave the application, and return to the same point at a later time oAllow for uploading of supporting documents oSend an e-mail with a link to the supervisor’s e-mail address as provided by the claimant oAllow ability to track claim submission status Facility: OWCP anticipates Vendor will work on site at the DOL facility at 200 Constitution Ave., NW, Washington, DC 20210. If Vendor anticipates doing the work at any other location, please specify the location, capabilities, and distance to the DOL facility and any access restrictions for Government staff or authorized contractors. Technical Requirements: Security Claim forms submitted by Claimants contain Personally Identifiable Information (PII). The proposed system shall limit access to PII data. A Claimant may access their own data only, Supervisors may access claims forms submitted by their subordinates only as identified by the Claimant, and Injury Compensation Specialists may access claims forms for their agency only. The system must be designed to prevent use of the Web interface by any automated external program. The system shall integrate with other claim processing and E-Case file systems; the system shall validate specified users employing either Active Directory or LDAP. Volume and Turnaround The Division of Federal Employees' Compensation adjudicates new claims for benefits and manages ongoing cases; pays medical expenses and compensation benefits to injured workers and survivors; and helps injured employees return to work when they are medically able to do so. In FY 2009, 139,874 new cases were created. The program provided 264,000 workers and survivors approximately $2.4 billion in benefits for work-related injuries or illnesses. Of these benefit payments, over $1.6 billion was for wage-loss compensation, $668 million for medical and rehabilitation services, and $129 million for death benefit payments to surviving dependents. The forms received through the ECOMP system will be used to initiate claims. The CA-1 and CA-2 claim forms result in the creation of new FECA compensation cases. Cases must be created and notification returned to the claimant’s agency within 48 hours of receipt of the claim forms by the DFEC. 5. INSTRUCTIONS AND RESPONSE GUIDELINES The response must be specific to the requirements in Section 4 listed above to demonstrate that the respondent has the requisite skills and experience. Experience and past performance is requested of qualified, prime respondents; partner or team member capabilities should be addressed separately. Responses to this RFI shall not exceed 10 pages, must be viewable with Microsoft Word 2003, and printable on "8.5 x 11" paper. Responses must use 12 point font, Times New Roman, the margins of each page should be at least ½ inch, and each page should contain a page number. This Sources Sought is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposal or award a contract. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted, for the vendor-sponsored demonstration or the Government's use of such information. Sources responding to this Sources Sought should submit the minimum information necessary for the government to make a determination that the source is capable of satisfying the requirements. PROPRIETARY INFORMATION Respondents are not to provide any information that is considered proprietary, trade secrets, privileged, or confidential as part of the RFI responses. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Request For Information or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Responses should be identified with DOL, and are due no later than 3:00 P.M. (EST) on January15, 2010. All interested parties must submit their responses via email syphax.hannah@dol.gov and stevens.william@dol.gov. Questions regarding this RFI will NOT be entertained at this time. Telephone calls regarding this RFI will not be accepted. The government reserves the right to compete any acquisition resulting from this survey among small businesses or to make an award to an 8(a) firm, based on the responses received. This sources sought notice is for planning purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. No solicitation document exists at this time. Contracting Office Address: U.S. Department of Labor (DOL) OASAM Office of Procurement Services 200 Constitution Avenue, NW, Room S4307 Washington, District of Columbia 20210 Primary Point of Contact: Hannah Louise Syphax Contract Specialist Tel: 202-693-4591 Fax: 202-693-4579 Secondary Point of Contact: William M. Stevens Contracting Officer Stevens.william@dol.gov Tel: 202-693-4582 Fax: 202-693-4579
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL110RI208612/listing.html)
 
Place of Performance
Address: U. S. Department of Labor, 200 Constitution Avenue, NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN02031761-W 20091230/091228233912-4a5ad8fd75483490f27ef4e2d3f27c75 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.