Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2013 FBO #4065
MODIFICATION

R -- Freedom of Information Document Management System

Notice Date
1/8/2013
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1701 N. Ft. Myer Drive, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
AQM012013
 
Archive Date
2/5/2013
 
Point of Contact
Mikel L. Alderman, Phone: 7038754329
 
E-Mail Address
aldermanml@state.gov
(aldermanml@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis, for market research purposes only, and is not a Request for Proposal (RFP). The Department of State's, Office of Acquisition Management on behalf of the Office of Information Programs and Services is seeking potential sources for the Freedom of Information Document Management System (FREEDOMS) that are capable of providing a service to perform the operations and maintenance, report generation, and performance management tasks for their information access case processing and document management system. In addition, we are seeking potential sources that are capable of providing a service to perform the design/development, testing, implementation, and maintenance of future enhancements to said system, scalable to meet the strategic needs of the organization within the coming years. All interested firms shall submit a response demonstrating their capabilities to provide the service to the primary point of contact listed below. Should your firm be interested in this requirement, please submit your company's capability package in no more than 25 pages. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a veteran owned small business, a service disabled veteran owned small business, HUBZone small business, small disadvantage business and woman-owned small business concerns. NAICS Code to be used for this acquisition is 541511 with a size standard of $25.5M. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of services provided and specifications related to this effort. The capabilities package should include at a minimum: i. Contractor Name ii. Address iii. Point of Contact (POC) with phone number(s) and e-mail addresses iv. DUNS Number v. Anticipated teaming arrangements if any (delineate between work accomplished by prime and work accomplished by teaming partners) vi. GSA contract, if applicable and number vii. Answers to sources sought questions viii. Comments on draft Statement of work and draft evaluation criteria Questions 1. Does your company have demonstrable capability and experience in providing systems design, development, and support services for workflow-based case processing systems? Please explain. 2. Does your company have demonstrable capability and experience with Highview Procedural Code, Oracle databases, C#, and Crystal Reports? Please explain. 3. Does your company have demonstrable experience operating within the unique boundaries and requirements of the US Government's information access programs (e.g. FOIA, PA, MDR - E.O. 13526, PRA, etc.)? Please explain. 4. Please describe specific means and methods your company has employed to account for the automated review, redaction, dissemination requirements of case processing systems for information access programs. 5. Does your company have specific knowledge of the U.S. Department of State, its mission, issues, programs, and IT operating environment? Please explain. 6. Please describe specific systems design, development, and support services that your company provides for current clients. Responses may be submitted electronically to the following e-mail address: aldermanml@state.gov in a Microsoft Word/Adobe compatible format or mailed to Office of Acquisition Management, PO Box 9115, Rosslyn Station, Arlington, VA 22219 to be received no later than 12:00 noon, Eastern Time, 4 February 2013. Direct all questions concerning this acquisition to Mikel Alderman at aldermanml@state.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/AQM012013/listing.html)
 
Record
SN02961017-W 20130110/130108234232-9adc16aecef780cd67ef1b3672855381 (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.