Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2016 FBO #5500
SOURCES SOUGHT

R -- Records Management Application (RMA)

Notice Date
12/12/2016
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
 
ZIP Code
20755-0549
 
Solicitation Number
621700420
 
Archive Date
1/11/2017
 
Point of Contact
Andriani Buck,
 
E-Mail Address
andriani.buck.civ@mail.mil
(andriani.buck.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency ( DISA) is seeking sources to provide DISA with a Records Management Application (RMA) that is DoD 5015.02-STD certified with Chapters 2 (Baseline), Chapter 3 (Classified), and Chapter 4 (FOIA/PA) to managing our electronic records across multiple platforms i.e., email, cloud, mobility, and collaborative systems to ensure electronic recordkeeping transparency, efficiency, and accountability to promote openness and accountability. CONTRACTING OFFICE ADDRESS: Defense Information Systems Agency Procurement Services Directorate ATTN: Andriani Buck Acquisition Building 6910 Cooper Ave. Fort Meade, MD 20755-7088 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The Acquisition Resources Contracting Branch-PL61is seeking information for potential sources to: •1. Manage all permanent electronic records in an electronic format in a DoD 5015.02-STD Records Management Application that is Chapter 2, 3, & 4 certified. •2. Manage both permanent and temporary email records in an accessible electronic format in a DoD 5015.02-STD Records Management Application that is Chapter 2, 3, & 4 certified. The nature of the work conducted under this task will generally consist of the following: •· Managing E-mail records for 10,000 - 15,000 users; and •· Managing electronic records in a central repository IAW DoD 5015.02-STD. DoD 5015.02-STD provides the basic requirements on operational, legislative, and legal needs that must be met by records management application (RMA) products acquired by the Department of Defense and its Components. It defines requirements for RMA's managing classified records and includes requirements to support the Freedom of Information Act (FOIA), Privacy Act, and interoperability. Chapter 2, 3, & 4 certified means the software has been tested and certified by the Joint Interoperability and Test Command (JITC) and is listed in its' RMA Product Register found at http://jitc.fhu.disa.mil/projects/rma/reg.aspx. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES: a) Interoperable with MS SharePoint (DEPS) b) Manages FOIA request c) Integration Team d) Integrates with MS Outlook e) Protects and complies with the Privacy Act f) Training Support SPECIAL REQUIREMENTS: Must be DoD 5015.02-STD Records Management Application Chapter 2 certified Must be DoD 5015.02-STD Records Management Application Chapter 3 certified Must be DoD 5015.02-STD Records Management Application Chapter 4 certified SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519, with the corresponding size standard of $27.5 million. Businesses that recommend a different NAICS Code should state the reasons why they believe the code is preferable. All NAICS Codes determinations will be made by the contracting officer. This Sources Sought Synopsis is requesting responses from all businesses under the applicable NAICS; however, Small Businesses that can provide the service under the NAICS Code are highly encouraged to respond. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email no later than December 27, 2016, 12:00 PM Eastern Daylight Time (EDT) to andriani.buck.civ@mail.mil. Interested businesses should submit a brief capabilities statement package demonstrating ability to provide a product that meets the criteria detailed herein and to perform the services listed in this Technical Description. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/621700420/listing.html)
 
Place of Performance
Address: Defense Information Systems Agency, 6910 Cooper Ave., Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN04348729-W 20161214/161212233928-47ce2529cc7201d8cba4fc6bc2f0041b (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.