The RFP Database
New business relationships start here

DOC OIG Case Management System


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION

 


Document Type: Sources Sought Notice
Notice Number: AMDTC-17-0006
Title: DOC OIG Case Management System
NAICS Code: 511210 Software Publishers


Contracting Office Address
National Institute of Standards and Technology (NIST),
Acquisition Management Division,
100 Bureau Drive, Mail Stop 1640,
Gaithersburg, MD, 20899-1640


Sources Sought Notice: AMDTC-17-0006
Project Title: DOC OIG Case Management System


This is a Sources Sought Notice ONLY. Requests for copies of a solicitation will not receive a response.


This Notice is for planning purposes only and is not a Request for Proposal or Request for Quotation or an obligation on the part of the National Institute of Standards and Technology (NIST) for conducting a follow-on acquisition. NIST does not intend to award a contract on the basis of this Notice, or otherwise pay for the information requested. No entitlement or payment of direct or indirect costs or charges by NIST will arise as a result of submission of responses to this Notice and NIST use of such information. NIST recognizes that proprietary components, interfaces and equipment, and clearly mark restricted or proprietary components, interfaces and equipment, and clearly mark restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. In the absence of such identification, NIST will assume to have unlimited rights to all technical data in the information paper.

NO SOLICITATION DOCUMENTS EXIST AT THIS TIME.


Background:


The Office of Inspector General (OIG) Department of Commerce (DOC) is responsible for conducing audits, management reviews, and investigations. The Office of Investigations (OI) is one of the business units within the OIG. This unit's mission is to conduct investigations, and this investigation can be administrative, civil or criminal in nature. Most criminal investigations involve grant or contract fraud and administrative investigations involve ethics violation or employee misconduct.


OI is currently using a web-based investigative electronic case management system capable of tracking and managing investigations from beginning to end. An example is an investigation is typically initiated from complaints related to waste, fraud and abuse in departmental programs and operations. Some complaints may result in management action, monetary recovery, and prosecution. Proper handling of these cases requires that all relevant information be collected, case activity be tracked by OI personnel, and investigative steps and actions be recorded, and approved. A variety of reports both internal and external are produced that are used by the OIG senior management and external individuals or agencies to track case status, activity, and may be used for prosecution or administrative action.


The current OIG case management system is comprised of a customized SQL Server database, a java-based web application based on an COTS open business process management platform for case management, and a web reporting module together with a data analytics module for data reporting and analysis. Configurations and customizations were applied to support specific OIG complaint tracking and investigation processes, with automated system monitoring and notifications. OIG is interested to explore other COTS solutions that can potentially further improve on our current case management system with benefits of lower IT maintenance and operation costs, improved system-wide stability, improved data and web app security, FEDRAMP-certified cloud hosting, record management features compliant to federal record management standards such as NARA and DOD5015.2.OIG is planning to acquire a new case management system, and is looking for a true COTS (Commercial-Off-The-Shelf) software solution that supports web-based operations with improvements in system stability, response time, audit trails, and allow potential future expansion of business requirements and scope of information being collected, tracked and reported.


Requirement:


NIST is seeking information on contractors who can provide services/solutions based on the following requirement description:


Lot 1 - Case Management System (CMS) - OIG is planning to acquire a Commercial Off-The-Shelf (COTS) case management system (CMS), with minimal custom-configuration to OIG requirements, to track and manage all investigation-related activities, including hotline information, investigation case management, personnel and criminal intelligence data, etc. The new CMS shall provide the ability to communicate investigation information and data to senior management, supervisors, and investigators via email notification, and/or pre-packaged or customized reports and through dashboard display. OIG IT infrastructure is predominantly a Microsoft Windows environment (Windows 2012R2 servers with Hyper-V virtual machines, Window 7 client machines (soon to updated to Windows 10 and Office 2016)), within a single domain. OIG primary messaging system is Microsoft Exchange 2010 system (soon to be upgraded to Office 365), and Microsoft SharePoint 2013. SharePoint provides major web and publishing portals, collaboration and content management tools. OIG uses Microsoft Office Professional as its primary office support application on a Windows OS.


In addition to describing your company's solution, please attempt to address the following topics in your response:
A. What are the cost benefits of your recommendation?
B. What are the security benefits or your recommendation?
C. Are there other agencies that you can provide an example as to using your recommendation? If so, please do so.

It is unclear what loading impact this service would have on the network for the regional offices, which are linked back to headquarters with a 10 MBS VPLS connection for each site. For planning purposes, the regional offices have approximately three employees at each of the four sites.
D. What are the bandwidth requirements for remote offices using this service on a per user basis?
E. What portions of this project do you see: 1) Federal employees undertaking, 2) Migration services performing, 3) Your company as the project coordinator performing.


Lot 2 - Electronic Records Management - Integrates case management system with Records Management requirements. Provides application programming interface (API) for records management needs and eDiscovery tools that efficiently search through archives and files.


In addition to describing your company's solution, please attempt to address the following topics in your response:
A. If it is planned to use this service for records management, what would the schedule look like for deploying this service?
B. How do you incorporate records management and records schedules into this service?


Lot 3 - Migration Services - Migrate existing case data (information and attached documents).


In addition to describing your company's solution, please attempt to address the following topics in your response:
A. End user and administrator training.
B. How would you plan the migration, with respect to your recommended solution?


Lot 4 - Integration Services - Broad range of labor categories for development and technical maintenance for integration of applications, project management, and other integration work.

In addition to describing your company's solution, please attempt to address the following topics in your response:


A. Could your coordination services accelerate the migration and execution of services?
B. Could your coordination services reduce the risk of the migration and execution of the services?


In preparation for this source sought, please address the following topics as well:


The OIG system handles non-classified information, but stores information that includes investigations, Personally Identifiable Information (PII), and Business Identifiable Information (BII). For your solution, which would you recommend - the a) on premises, b) Government Community Cloud or c) some combination of the two, and why?


A. What are the security implications of using: on premises (OIG only), or the Government Community Cloud (multiple government agencies)?
B. Do you perceive any difficulties in accessing information processed or stored in the a) on-premises setup or b) government community cloud, including physical hardware, or any difficulties in conducting OIG oversight work of agency programs and operations due to the cloud? Please elaborate on the issues for both on-premises and government community cloud.
C. Would you recommend an adoption of an automatic destruction schedule wherein information would automatically be deleted after a certain period? For example, if an agency is piloting a 90-day retention schedule, after which data would be automatically destroyed, what is your perception of that approach? Please provide recommendations with respect to the cloud. Would you recommend something different for the secret enclave as compared to the government community cloud?
D. If you propose a cloud solution, describe your work on any cloud migration projects. Were they low or moderate security levels?
E. Have you provided expertise on cloud migration projects to other organizations? Please explain your answer.
F. Do you perceive of any security implications associated with records management (Lot with respect to on-premises or government community cloud?



Interested parties shall describe the capabilities of their organization as it relates to the services and topics described above.


NIST is seeking responses from all responsible sources, including large and small businesses. The small business size standard associated with the NAICS code for this effort, is 541511511210, with a size standard of $3827.5M. Please include your company's size classification and socio-economic status in any response to this notice.


After results of this market research are obtained and analyzed, NIST may conduct a competitive procurement and subsequently award a contract. Companies that can provide such services are requested to email a written response describing their abilities to prateema.carvajal@nist.gov no later than the response date for this sources sought notice.


The following information is requested to be provided as part of the response to this sources sought notice:
1. Name, Address, DUNS number, CAGE code, and point of contact information of your company.
2. Any information on the company's small business certifications, if applicable.
3. Description of your company's capabilities as they relate to the services described in this notice.
4. A description of your company's previous experience providing the services described in this notice.
5. Indication of whether the services described in this notice are currently offered via your company's GSA Federal Supply Schedule (FSS) contracts, Government-wide Acquisition Contracts (GWACs), or other existing Government-wide contract vehicles; and, if so, the contract number(s) for those vehicles.
6. Any other relevant information that is not listed above which the Government should consider in finalizing its market research.


Responses are limited to a total of twenty-five (25) pages. The responses must be in MS Word format. Pages shall be 8½-inch x 11-inch, using Times New Roman 11 Point Font. Each page shall have adequate margins on each side (at least one inch) of the page. Header/footer information (which does not include any information to be analyzed) may be included in the 1" margin space.


 


Prateema E. Carvajal, Phone 301-975-4390, Email prateema.carvajal@nist.gov - Keith Bubar, Phone 3019758329, Email keith.bubar@nist.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP