The RFP Database
New business relationships start here

Department of State-IRM Application Services


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

U.S. Department of State
Bureau of Information Resource Management
Application Services
Sources Sought Notice/Market Research

Introduction
This is a Sources sought notice. This is not a solicitation and in no way commits the Government to award a contract. Furthermore, the receipt of this notice and or submission of a response confer no rights upon the vendor nor obligate the Government in any manner. This synopsis is encouraging response from qualified and capable Small Businesses only. Responses from large business will not be reviewed.


The Department of State (DOS), Bureau of Information Resource Management (IRM) is performing market research to determine industry interest and capabilities for delivering a wide range of software and hardware application development, operations, maintenance and infrastructure services.


BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH,


This procurement will be set aside for small business if the contracting officer determines, based on the results of responses received, there is a reasonable expectation that offers will be obtained from at least two responsible small businesses Rule of Two Set-asides - Prime Contract Assistance FAR 19.502-2.


Note: if this procurement is set aside for small business, Small businesses with socio-economic designations will be considered first (FAR Part 19.203).


This Notice is organized into the following sections:
1. Background
2. Objectives and Scope of Services
3. Instructions
4. Closing Date
5. Disclaimer


1. Background
The mission of DOS is to shape and sustain a peaceful, prosperous, just, and democratic world and foster conditions for stability and progress for the benefit of the American people and people everywhere. The mission of IRM is to rapidly and securely deliver anytime, anywhere, the knowledge resources and Information Technology (IT) services needed for the DOS' diplomatic team worldwide to accomplish the foreign affairs mission of the United States. IRM supports over 300 sites, and 275 missions worldwide.


IRM requires the contractor to provide the full software engineering support covering the entire spectrum of the Software Development Life Cycle (SDLC) for multiple large-scale enterprise web-based computer systems, plus attendant system and programming documentation with a 24X7 helpdesk. IRM, in meeting its mandate to provide large-scale corporate web based computer applications to the Department, requires ancillary contractor support to supplement the efforts of government work force. Place of performance is Washington, District of Columbia, United States. IRM requires a top secret facility clearance and all contractors must hold a secret or top-secret clearance.


2. Objectives and Scope of Services
DOS is looking to standardize, harmonize, and enhance its mission-delivery capability in the IT service areas of Project Management, Application Development, and Operations and Maintenance (O&M) and seeks industry best practices solutions to achieve the following objectives:
1. Increased Organizational Agility - Enabling the enterprise to evolve with changing federal mandates, regulations, policies, and business process needs
2. Reduced Service Delivery Time and Cost - Improve the productivity of DOS in performing application development, O&M, and infrastructure support. Improve the operations, while reducing the administrative burden through automation and by standardizing and streamlining processes
3. Improved Alignment between Business Stakeholders and IT - Integrate business stakeholders and IT planning/strategy efforts. Involve business stakeholders in IT solution design, by delivering solutions that are driven by business needs
4. Improved Cooperation and Coordination - Establish an application management framework that promotes "frictionless" cooperation and coordination between the various DOS service providers
5. Standards Development and Adherence - Create internal standards for development and engineering that ensure consistency in solution creation, promote technology re-use and ensure the delivery of secure and maintainable systems
6. Innovation - Determine and develop best of breed processes using existing IRM processes as a starting point to sustain the above objectives and improve operational efficiency.


The scope of services will include:
1. Enterprise Systems Development and O&M - This program provides full lifecycle enterprise application solutions for the department both domestically and at posts worldwide,
2. Data Management - Bring together data and information from disparate sources with predictive analytics capabilities and easily consumable formats that are conducive to making time-sensitive mission decisions based upon readily available, accurate, reliable data and information,
3. Enterprise Collaborative Services - This program supports the worldwide deployment of large-scale development projects, intranet portals, and collaboration websites all from one centralized location,
4. Enterprise IT Service Management - This program and service offers a robust architecture that has been deployed to support Remedy and its supporting functions,
5. Development Network Support - Support multiple instances of a development network through maintenance and backup of all physical and virtual equipment and software as well as support for troubleshooting, security and patching.
6. Cloud Technologies Support - Support the administrative, operations and maintenance requirements of multiple cloud based services.
7. Virtual Desktop Infrastructure - This program provides enterprise hosting of virtual desktop operating systems running on centralized infrastructure. The services include full operations and maintenance support for the program and the end users.
8. Telecommunications Equipment Support - Support for both physical and virtual application load balancers, switches and firewalls needed to maintain secure and high availability for enterprise systems.


3. Instructions:
Each submission shall contain both a cover letter and capabilities statement as outline below in A and B.


A. Cover Letter:
The Cover Letter shall be no more than 2 pages. Font should be Times New Roman, 12-point or larger. All page margins (excluding headers and footers) should be 1". The information contained in the cover letter at a minimum should include the following:
1. Company information - Include company name, 2 points of contact and contact information (name, address, phone number, website URL, if available, email address, and fax number), Cage Code and DUNS Number.
2. Company business size with socioeconomic classification based on North American Industry Classification (NAICS) Code 541511. Current Security Clearance level(s) held, if any, and Labor Category - Clearance Matrix.
3. Teaming is encouraged to ensure an effective solution. The respondent is encouraged to utilize small and disadvantaged businesses in its project team. Please provide similar information for any team members contemplated.
4. List GSA schedule and/or GWACs or IDIQs with corresponding schedule number/contract number.
5. The subject line shall contain the phrase "SAQMMA17I0050 - DOS-IRM Application Services"


B. Capability Statement Requirements:
1. The Request for Information (Capability Statement) response should be concise and focused and not exceed twenty (20) pages (not including the table of contents), in MS Word format, including cover pages, table of contents etc. Font should be Times New Roman, 12-point or larger. All page margins (excluding headers and footers) should be 1".
2. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
3. Sale brochures, videos, and other marketing information materials are not solicited and will not be reviewed.
4. Do not submit cost or price information with the response.
5. A viable interested party shall demonstrate, in any capability statement submitted, the company's capabilities to meet the performance objectives and the customer's requirements. A viable interested party shall provide relevant, applicable examples of previous work or solution implementations, to include client points of contact.
6. Market Research:
a. A description of your corporate capabilities (history, experience in similar identity management systems, etc.) regarding each of the eight services
b. A description of where and how you have provided these services in the past. Within the page count described above, you may include as many examples as necessary to convey the breadth and depth of your corporate capabilities. Please include:
• Client organization and point(s) of contact
• Brief description of the scope of the work your company specifically performed and the results achieved
• Contract and task order number
• Contract type
• Dollar value of services provided specifically by your company
• Period of performance
• State whether your company was a prime or sub-contractor


Questions and Submission Date: See Closing date for Electronic version of your response only in MSWord format to Paul Virostek, Senior Acquisition Consultant at VirostekP@state.gov. QUESTIONS SUBMISSION INSTRUCTIONS Questions must be submitted by May 18, 2017 at 1:00PM to the email address above.


4. Closing Date:
If your firm is capable of providing all of the service requirements described herein, then interested parties should submit an electronic copy of the completed submission package (Cover letter and Capabilities statement) in MSWord format via email.
Responses are due no later than May 31, 2017 2:00 pm Eastern and directed to:


Paul Virostek
Senior Acquisition Consultant
VirostekP@state.gov
Subject Line: SAQMMA17I0050 - DOS-IRM Application Services


Tyler Sinclair
Contracting Officer
SinclairTE@state.gov
Subject Line: SAQMMA17I0050 - DOS-IRM Application Services


5. Disclaimers:
The Government does not intend to award a contract(s) based on the submissions of this sources sought/Market Research, nor does it intend to pay for any costs incurred in response to this announcement. This sources sought/Market Research is solely intended for information and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Department of State reserves the right to terminate this request and change its requirements if needed. Responding to this notice does not guarantee participation in future Department activities.


No phone calls related to this Request for Information will be accepted. All correspondence shall be via email. Please identify sources sought/Market Research in your email subject line.
This notice is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this sources sought/Market Research marked PROPRIETARY will be handled accordingly. Responses to the sources sought/Market Research will not be returned.
This synopsis is encouraging response from qualified and capable Small Businesses only. Responses from large business will not be reviewed.


The information obtained through this process is considered to be market research as described by FAR 2.101 and in accordance with FAR 10.002. Respondents will not be notified of the result of this market research.


Paul Virostek, Phone 7035161560, Email virostekp@state.gov - Tyler Sinclair, Contracting Officer, Phone (703) 875 5481, Email SinclairTE@state.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP