Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2010 FBO #3053
SOURCES SOUGHT

70 -- Financial Management Line of Business (FMLOB) - Statement of Work

Notice Date
4/2/2010
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Equal Employment Opportunity Commission, Office of the Chief Financial Officer, Acquisition Services Division, 131 M Street, NE, 6th Floor, Washington, District of Columbia, 20507, United States
 
ZIP Code
20507
 
Solicitation Number
RFI0001-10
 
Archive Date
5/15/2010
 
Point of Contact
Gregory A Browne, Phone: (202) 663-4292
 
E-Mail Address
gregory.browne@eeoc.gov
(gregory.browne@eeoc.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work REQUEST FOR INFORMATION (RFI) – Financial Management Line of Business (FMLOB) This is a request for information (RFI) for planning purposes and does not restrict the Equal Employment Opportunity Commission (EEOC) to the ultimate acquisition approach. This is a request for information only as defined in FAR 15.201. No proposals are requested by this announcement. The Government does not intend to award a contract from this announcement. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. All costs associated with responding to this RFI will be the sole responsibility of the contractor. All submissions will be treated as business confidential materials, become Government property, and will not be returned. Attached is a draft Statement of Work (SOW) outlining EEOCs requirements. 1.0 Introduction: The EEOC plans to migrate to a new financial management system and to host the new system at an Office of Management and Budget (OMB)-designated Federal Shared Service Provider (SSP) or with a commercial provider. The EEOC would like to know what public and private sector abilities and experiences are available. Also, the EEOC is in initial discussions with other small agencies about joining this acquisition. 1.1 Current Costs – The EEOC’s FY 2010 interagency agreement with our shared service provider has a total price of $2,875,375. The tasks are as follows: Financial Management System Support Operations & Maintenance (O&M) Momentum $1,714,564.00 Accounting Operations/ Financial Transaction Processing $ 563,000.00 Financial Management System Support Operations & Maintenance (O&M) Hyperion $ 90,000.00 Financial Management Systems Support Operations & Maintenance (O&M) Momentum Data Warehouse $ 110,077.00 Financial Management System Support Operations & Maintenance (O&M) Charge Card Support Center $ 111,734.00 Financial Management System Support Operations & Maintenance (O&M) Travel Management Systems $ 286,000.00 2.0 Requirements: See the attached Draft Statement of Work for the list of requirements. We encourage interested parties to provide comments or ask questions regarding this draft. 3.0 Period/Place of Performance and Type of Contract: Potential award with a 24 month base year (this includes conversion/implementation) and five one year option periods for a total of seven years. The contract would be fixed price order for all mandatory services for all years with no separate escalators. It could include labor hour or time and material for contract line items such as, new reports to be included in the data warehouse that are not already requested in the SOW. 4.0 Questions to be Answered: The responses should include information regarding the level of the interested parties’ interest (likelihood of submitting a proposal as a prime contract), any potential teaming arrangement, or if the contractor would submit a proposal for one contract line item, e.g., hosting. Also the following questions should be addressed. 4.1 What is your typical conversion/implementation time frame? 4.2 What automated conversion tool would you use? 4.3 What is your preferred method to deliver training? 4.4 What version of your Commercial Off-the-Shelf (COTS) financial system would best fit the requirements? 4.5 What does your typical service agreement cover? 4.6 Would you offer enterprise/deeper discount COTS license pricing if another agency or agencies joined this acquisition? 4.7 Would you consider a 24 month base year (this includes conversion/implementation) and six one year option periods for a total of eight years? 4.8 Do you charge for back patching warranty software issues? If so, please explain why there is a charge and why this would not be covered in the licensing costs. 4.9 Do you include the cost of major and minor software upgrades in O&M costs? If not, why? 4.10 What critical information is missing to reduce the risk to the vendor doing this job as fixed price work? 4.11 What would you want addressed in the Request for Proposal (RFP) that we have not covered? 4.12 What current requirements are considered risky and therefore costly under any scenario? 4.13 What evaluation factors and weighting make the most sense for this prospective RFP? 4.14 Would an “Industry Day” or conference call be helpful where a Contracting Officer and the Technical Evaluation Chair are available to answer questions? 4.15 Who are your current customers? List the services you provide for each of them, length of time and type of contract relationship, version of the COTS used by each customer and the government point of contact and phone number. 5.0 Submission of Information: Responses and questions shall be submitted to Germaine Roseboro at Germaine.Roseboro@eeoc.gov or Susan Russell at Susan.Russell@eeoc.gov on or before April 30, 2010 by 5:00 PM ET. No telephone inquires or responses are accepted. All responses shall include the company name and address, point of contact for questions and/or clarifications, phone number, fax number and e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EEOC/OCFOAS/PMD/RFI0001-10/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20507, United States
Zip Code: 20507
 
Record
SN02111357-W 20100404/100402235129-d2cb0726bc7122cddfe6914f3214a288 (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.