Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SOURCES SOUGHT

D -- Strategic Capital Investment Planning (SCIP) Automation Tool (SAT)

Notice Date
11/9/2010
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11811RP0050
 
Response Due
12/1/2010
 
Archive Date
1/30/2011
 
Point of Contact
Juan Quinones
 
Small Business Set-Aside
N/A
 
Description
Request for Information Strategic Capital Investment Planning Automation Tool (SCIP SAT) Acquisition and Integration THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This request is for planning purposes only, and does not constitute a Request for Proposal, a Solicitation, a Request for Quote or, an indication that the Government will award a contract for the items contained in this RFI. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested or, reimburse expenses incurred for responses to this RFI. Companies are encouraged to respond if they have the capability and/or capacity to provide the software and services identified below. Respondents should identify their company name, address, email, telephone number and a name and telephone number of a point of contact having the authority and knowledge to clarify responses with government representatives. Respondents are requested to identify any applicable schedule contract numbers and any additional information applicable to this RFI. Submissions are due NO LATER THAN December 1, 2010 at 3:00 P.M. EST. This RFI notice is part of the Government's Market Research, a continuous process for obtaining the latest information from industry, with respect to their current and near-term abilities. Background: The principle purpose of the SCIP Automation Tool (SAT) is to create a web-based, interoperable system to collect the data necessary to understand and evaluate the Department of Veterans Affairs (VA) infrastructure and service gaps and to develop both capital and non-capital solutions to address these gaps by 2021. The SAT Program is in direct support of the Secretary's Major Initiative #14, Strategic Capital Investment Planning (SCIP) and is identified in the SCIP Operating Plan. The SAT Long Term Solution is a sub-project of the SAT Program. The SAT will collect the input data required to integrate VA's various capital investment planning efforts for major construction, minor construction, non-recurring maintenance and leasing into one process. The input data will be evaluated against the Department-wide 10-year Strategic Capital Plan that addresses each of the identified gaps. The objective of the SAT is to collect data for the capital asset improvement projects in a format that has the capability to analyze and prioritize such projects based on the following criteria: 1) mission requirements, 2) mitigation of critical gaps in access, utilization, space, facility condition, energy, safety, parking, and IT, and 3) emphasis on Initiative 14 of the 16 Secretarial Major Initiatives. Requested Information: Interested sources are encouraged to provide a general capabilities statement to address the information requested below and a Rough Order of Magnitude (ROM) to complete the effort. 1. The SAT should be designed using a common theme across all functional areas. This theme should be both user-friendly and highly functional at the same time. Information provided for the SAT should include: a.Each Gap area should be presented such that there are pre-populated fields with gap data and user input fields for data collection. Fields should be clearly marked as reference or data input ready. b.All tables should have both row and column totals. c.All numeric fields should be formatted as either whole numbers (comma as thousands separator, no decimal), currency (comma as thousands separator, dollar sign, no decimals), or percents (percent sign, two decimal points). d.Business rules are executed against both targets and upper/lower bounds around these targets. These numbers can change so updatable parameters (Administrator access only) that drive these targets are required. e.Provide a data report detailing length of instrument and average time to complete and/or other user statistics f.Provide a detailed manual and description of the capability for modifying existing SAT query items, branching logic, decision algorithms, as well as adding new question items/logic/algorithms and modifying responses and feedback to users. This will ensure content is appropriate and targeted for the user population and whether non-technical staff are capable of making modifications. g.All reports and data extracts should be exportable into MS Excel/CSV format. 2. Information about the SAT user interface design. This includes the following: a.Overall functionality and user-friendliness of the graphical user interface and how individuals progress through the SAT from start to finish. b.The individual completing the SAT analysis and report must be able to perform functions within the system, such as printing, saving, and modifying individual SAT item responses. c.Results of usability testing of the graphical user interface with users. d.Compliance with Section 508 requirements (http://www.section508.gov/) 3. Information about the technical specifications and operating requirements for deploying the SAT within the operating environment in real-time, including but not limited to the following: a.Hardware requirements for optimum functioning of the SAT b.Operating environment and software requirements for optimum functioning of the SAT c.Use of industry standard protocols with regard to network, operating system, database application, development languages, and hardware. Specifically detail whether proprietary single-source technology or exclusive use of a singular protocol is used. d.Capability for generating population-level reports at the facility, VISN, regional, and national levels. 4. Information about capabilities for managing the entire acquisition, integration and future maintenance of a fully integrated SAT tool within the system. Specifically: a.Project management and experience with large scale IT development/integration projects b.Use of subcontractors c.Capabilities for ongoing development, maintenance, and support of the integrated SAT tool within the operating environment. 5. Information about capacity. Specifically: a.Impact on existing network systems b.Use of cloud computing Questions for Industry: 1.Is there existing software available for extensive Gap Analysis studies? Has this capability been utilized in an accurate and timely manner for a large Government business enterprise that supports several functional areas? Are any of these areas related to health care, construction, property management and other mission areas? 2.Does the solution have robust security controls that meet or exceed FIPS Publication 199? Describe your application's / solution's security controls. 3.What are the largest amounts of data that your solution is capable of down loading from existing Government systems and data bases? 4.Does the solution support Ad Hoc queries? Does it have extensive pre-defined reporting capabilities? Describe the pre-defined reporting capabilities 5.What is the largest amount of multiyear historic data that your solution will support 6.Is the solution capable of interfacing with multiple systems by utilizing varied types of interfaces and data formats? Describe the types of interfaces and data formats. What is the largest number of simultaneous users for the application? 7.Is the solution Web Based? 8.Is the solution 508 compliant? 9.Does the solution meet or exceed the Privacy Act legislation of 1974? 10.Does the solution feature an existing knowledge base to run queries against? 11.What other capital investment applications are compatible with this solution? 12.Are there pre-existing requirements to implement the application / solution; what are the hardware and software requirements? Identify all hardware requirements to support the software deployment. 13.Have you developed any similar product for any other Government agency? 14.Has the Government provided enough information for you to adequately understand the requirement? 15.Provide any general feedback, ideas, or suggestions with respect to the overall goals of this acquisition: The POC for this RFI is Juan Quinones, (732) 578-5504, juan.quinones@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dd5413b1175f2fc3c49d2e1e3bcb4110)
 
Record
SN02325250-W 20101111/101109234447-dd5413b1175f2fc3c49d2e1e3bcb4110 (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.