Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
SOURCES SOUGHT

70 -- Messaging and Collaboration System

Notice Date
6/16/2011
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, Avery 5F, 200 Third Street, Parkersburg, West Virginia, 26106-5312, United States
 
ZIP Code
26106-5312
 
Solicitation Number
RFI-OIT-11-0058
 
Archive Date
6/16/2012
 
Point of Contact
Fiscal IT, Fax: 304-480-7203
 
E-Mail Address
psb3@bpd.treas.gov
(psb3@bpd.treas.gov)
 
Small Business Set-Aside
N/A
 
Description
Purpose The purpose of this Request for Information (RFI) is to survey the commercial marketplace for viable cloud based solutions to replace or augment the Financial Management Service's (FMS) and Bureau of the Public Debt's (BPD) current Messaging and Collaboration systems. Background In September 2009, FMS and BPD initiated a joint effort to identify opportunities for improvements in their respective IT infrastructures. This effort resulted in the sponsorship of the Fiscal IT Project, and specifically, four recommendations: 1. Consolidate data centers and infrastructure. 2. Create a single corporate governing body for Fiscal IT. 3. In-source select contractor functions. 4. Consolidate application development methodologies and infrastructure. This RFI is specific to the Messaging and Collaboration Infrastructures and supports recommendation '#1' above. In support of Fiscal IT and the Office of Management and Budget (OMB) mandates, FMS and BPD are evaluating current premise, cloud and hybrid based messaging and collaboration based technologies and considering alternate systems for future deployment. The intent is to take advantage of advancements in technology while benefiting from competitive industry trends. By acquiring state of the art email and collaboration services, FMS and BPD will equip and empower its employees and increase effective interaction with customers and business partners. The resulting capabilities should act as a catalyst to accelerate and improve the delivery of mission goals and services in the future. For the purposes of this effort, the definition of Cloud Computing will follow the National Institute of Standards and Technology (NIST) definition (see Note 1) of a "model for enabling convenient, on-demand network access to a shared pool of configuration computing resources (e.g. networks, servers, storage, applications, and services) that can be rapidly provisioned and released with minimal management effort or service provider interaction." Likewise, we will use the NIST definition of Software as a Service (SaaS): "The capability provided to the consumer is to use the provider's applications running on a cloud infrastructure. The applications are accessible from various client devices through a client interface such as a web browser (e.g. web-based email). The consumer does not manage or control the underlying cloud infrastructure including network, servers, operating systems, storage or even individual application capabilities, with the possible exception of limited user-specific application configuration settings. Requirement The objective of this RFI is to identify integrated SaaS service offerings that are candidate replacement technologies for the existing Fiscal Service Enterprise. The replacement technology must provide the following general functionalities: • Email • Group based business accounts - these accounts provide for business functionality to receive email requests, route and track work amongst specific business focused teams. • Contact Management • Calendar and Scheduling • Work Flow • Document management and versioning • Chat and Web Conferencing capabilities • E-Discovery and Litigation Hold • Integrated with Records Management Processes • Archive, backup and disaster recovery • Collaboration Tools and Technology (Wikis, blogs, team rooms, document repositories, etc). • Ability to simultaneously create and edit documents/spreadsheets across multiple users. • Solution Installation and Administration • Training. Other desired (but not required) functionalities include: • Hosting of management servers to support mobile devices (e.g. Blackberries, iPhones, Droids based phones, etc). • eFax services • List Server Administration. These functions must be provided in accordance with federally prescribed guidelines for security, privacy, and accessibility. Additionally, the solution should be highly integrated, robust, offer multiple aspects of collaboration, and demonstrate sufficient flexibility to be adapted as business mission needs change. Qualified Contractors are encouraged to provide product information and offer approaches that merit further consideration. Interested parties should provide a capabilities package to include: 1. The name and location of your company and contact information. Please ensure contact information includes the name of the point of contact, email address, and telephone number should the Government have questions regarding individual responses. 2. Product descriptions/specifications that fully describe operational functionalities and infrastructure requirements, to include concepts for deployment and training. 3. Prior/current experience providing contract services to federal agencies within the last three years, including contract number, organization supported, whether performance was as a prime or subcontractor, total contract value and a Government point of contact with current telephone number and email address. All responses will be evaluated for merit and technical feasibility. Additional information or demos may be requested to support an ongoing requirement analysis which will incorporate findings and recommendations for a cost effective, user-friendly and highly-productive system. All questions, inquiries and responses must be in writing. Telephone inquiries will not be accepted. This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this sources sought notice are advised their response is not a submission that will be considered for contract award. All interested parties will be required to respond to any resultant solicitation separately from their response to this sources sought notice. Responses to this request must be submitted no later than 2:00 p.m. ET on June 30, 2011. The following file extensions are not allowable, and application materials/data submitted with these extensions cannot be considered:.bat,.cmd,.com,.exe,.pif,.rar,.scr,.vbs,.hta,.cpl, and.zip files. Microsoft Office compatible and PDF documents are acceptable. PLEASE NOTE: Any future solicitation resulting from this requirement will NOT reference this Request for Information. Responses to this request must be emailed to psb3@bpd.treas.gov - Attention: Fiscal IT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BPD/DP/RFI-OIT-11-0058/listing.html)
 
Place of Performance
Address: 200 Third Street, Parkersburg, West Virginia, 26101, United States
Zip Code: 26101
 
Record
SN02475351-W 20110618/110616235302-6a129dc2cdc26b17a091a506ce092839 (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.