The RFP Database
New business relationships start here

MCRISS II


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

MARINE CORPS RECRUITING INFORMATION SUPPORT SYSTEM II (MCRISS II)
M67854-19-R-4838
REQUEST FOR INFORMATION (RFI)
Request for Information for Planning Purposes Only
1. Purpose
The Government is conducting market research in an effort to identify innovative and efficient architectures, technologies, processes, and concepts in preparation for the development of the Post Deployment Software Support (PDSS) effort for the Marine Corps Recruiting Information Support System II (MCRISS II). The intent of this RFI is to determine the feasibility of new processes and concepts to support the Marine Corps Recruiting Command (MCRC) recruiting system. The Government is interested in solutions within any of the following categories that satisfy the requirements stated within this RFI and its attachments:
 Traditional PDSS
• System Integrator Managed Help Desk for Tier II and Tier III
• 4th Octet System Maintenance
• Information Assurance updates as needed
• User Management
• Training updates to include help sections and video overviews of processes
• Cloud Network Maintenance/Management of needed licensing requirements
• Interface management
 DevSecOps
• System Integrator Managed Help Desk with developers capable of identifying/correcting system issues and proposing solutions to be moved to production in real time
• 2 Week Sprint Cadence
• System Maintenance
• All software changes will be completed as part of this effort (1st, 2nd, 3rd, 4th octet changes will occur as normal maintenance and no separate Engineering Change Proposal (ECP) task orders will be issued for changes that involve Research, Development, Test & Evaluation (RDT&E) efforts for the system e.g., new interfaces, additional 3rd party application integration).
• Information Assurance updates as needed
• User Management
• Training updates to include help sections and video overviews of processes
• Cloud Network Maintenance/Management of needed licensing requirements
• Interface management


2. Contracting Office
Marine Corps Systems Command (MCSC)
Program Manager (PM), Supporting Establishment Systems (SES)
Portfolio Manager Applications (PfM APPS)
Ms. Constance Ealey, Contracting Officer


3. Legal Considerations
This RFI is for planning purposes only and is issued in accordance with Federal Acquisition Regulations (FAR) Clause 52.215-3 - Request for Information or Solicitation for Planning Purposes. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these services or to issue a solicitation. In addition, the Government is under no obligation to pay for information submitted in response to this RFI, and responses to this notice cannot be accepted as offers. Any information that the vendor considers proprietary should be clearly marked as such. Responses to this RFI that indicate the information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only.
Pursuant to FAR 15.201(e) - Exchanges with Industry Before Receipt of Proposals, responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
Interested parties are solely responsible for all costs and expenses associated with their respective response to this RFI. The Government will not reimburse interested parties for any direct and/or indirect costs and/or expenses associated with their respective responses to this RFI, including, but not limited to, any direct and/or indirect costs associated with any submission or information provided to the Government. Moreover, interested parties will not otherwise be entitled to any compensation associated with the Government's use of any submission or information provided by an interested party to the Government pursuant to this RFI.
Furthermore, the information provided in this RFI is notional and may change. The Government is under no obligation to revise any aspect of this RFI should any information provided herein change. The Government will provide any additional information and issue any additional requests for information at its sole discretion.
The Government may use contractor support from Cask LLC or other contractors to help review responses. Contractors reviewing responses will sign non-disclosure agreements IAW DFAR Subpart 215.3 - Source Selection, and FAR 9.505-4(b) - Obtaining Access to Proprietary Information. Contractors will be used to provide input during the review process. Contractors will not be used in any review of past performance submitted by vendors in accordance with DFAR Subpart 215.3. Vendors submitting proprietary or business sensitive information bear the sole responsibility for any required markings. Any contractors supporting the review process will be ineligible for award as either a prime or subcontractor, should this market research effort result in a formal solicitation. Submitted materials shall be handled in accordance with FAR 15.207 - Handling Proposals and Information and FAR Subpart 9.5 - Organizational and Consultant Conflicts of Interest.
All submissions become Government property and will not be returned.


4. Instructions
Respondents shall present their capabilities, methods, and approaches to the Government's requirements in sufficient technical detail to support a reasonable analysis. RFI responses should demonstrate the vendor's capabilities to meet or exceed the requirements stated in this RFI and its attachment.
Respondents shall submit a Rough Order of Magnitude (ROM) price estimate for their envisioned solution as part of their white paper submission.
Additionally, the Government requests respondents submit any comments, additional objectives, or other considerations that may aid in the development of a more refined set of requirements. The Government will not entertain any requests for clarification resulting from this notice; respondents are directed to document any questions they may have in their response and to incorporate any potential courses of action resulting from those questions, in addition to any recommendations.
Not responding to this RFI does not preclude participation in any future solicitation, if any is issued. If a solicitation is released, it is anticipated it will be synopsized on the Federal Business Opportunities (FedBizOpps) website, https://www.fbo.gov. It is the responsibility of the potential offerors to monitor the site for additional information pertaining to this requirement.



A. Response Format and Contents
Submissions must be in Microsoft Word 2007 (or greater) or Adobe Acrobat (PDF) formats. Additional formatting requirements are as follows:
White Paper Element Page Limit Content Requirements
Cover page 1 Shall include:
 Company name
 Point(s) of Contact (POC) information
 Data Universal Numbering System (DUNS) number
 Commercial and Government Entity (CAGE) code
Executive Summary 1 Shall include:
 Socio-economic status (including a list of NAICS codes, as they pertain to the socio-economic status)
 The Government is considering NAICS code 541519
Requirements Overview Unlimited Shall include:
 See Section 5 (A) below
Technical Response Unlimited Shall include:
 See Section 5 (B) below
 Technical narrative encompassing all details necessary to address the solution envisioned in response to the requirements of the RFI and its attachments
ROM Price Estimate Unlimited Shall include:
 See Section 5 (C) below
 Best-guess estimate for the envisioned solution including basis-of-estimate figures for licenses, labor, and any other elements of which the ROM is comprised
B. Response Submission
 Responses less than 5MB in size shall be emailed to the email delivery address below.
 Responses greater than 5MB shall be submitted via Army Missile Research, Development and Engineering Center (AMRDEC) SAFE site. The SAFE application can be accessed via https://safe.amrdec.army.mil/safe.
 RFI White Paper responses are due no later than 2:00 PM local time, Stafford, VA on Tuesday, 30 July 2019.
Email delivery address:
MCSC_ISI@usmc.mil. Please include "RFI M67854-19-R-4838" in the subject line of your organization's email.


5. Questions to Industry
The following lettered sections identify specific questions the Government requires response to via submission of a whitepaper. Respondents are encouraged to elaborate both within the context of individual question response, as well as through any additional narrative technical approach/discussion they may wish to offer.
A. System Overview
The MCRISS II system is built on the Appian Low Code Business Process Management Platform. This modernized recruiting system has been developed to encompass all aspects of the MCRC starting with the entry of new recruiters into Basic Recruiters Course through Career Recruiter Military Occupational Specialty (MOS) designation. This system has been developed to match the USMC Systematic Recruiting Process and relies on Role Based Access Control (RBAC) for each user (6,000) and billet (~66) to allow them to recruit the next generation of United States Marines.
The MCRISS II system has 4 environments in the Microsoft Azure Impact Level 4 environment that must be maintained. Those environments are the Development, Test, Training, and Production. All environments and access are provided by the USMC. A software list of MCRISS II utilized software is provided in Attachment A.
(1) Describe how your envisioned solution complies with Defense Federal Acquisition Regulation Supplement (DFARS) 239.76 - Cloud Computing.
(2) Describe your firm's ability to maintain FEDRAMP Level-4 or higher Certification Personally Identifiable Information/Protected Health Information (PII/PHI).
(3) Describe how the envisioned solution will comply with applicable Department of Defense (DoD) Security Requirements Guide
a. Include your processes for maintaining compliance.
b. Describe how your solution will continuously monitor and protect PII/PHI data.
c. Describe how your organization scans and/or tests for vulnerabilities in your service / application, and if so, how quickly are any identified vulnerabilities remediated?
B. Technical Response
Contracting
(1) Please provide, if available, any (Governmentwide Acquisition Contract) GWAC awards where your envisioned solution can be contracted.
Experience
(1) Identify and describe your firm's experience providing similar services. Please include Agency, Contract Number(s), Contract Value, Period of Performance and Government POC including phone number and email.
Implementations
(1) How often are your processes updated for DevSecOps or Traditional PDSS support?
a. Please provide your services roadmap for a minimum of the next 12 months.
b. How closely is customer feedback considered support plans?
(2) Explain the business intelligence capabilities that are offered by the envisioned support, e.g. data analytics, cloud solution expansion, machine learning, automated intelligence.
(3) Describe the firm's ability to support/integrate existing MCRC's systematic recruiting business processes.
a. Describe customization/configuration options to remedy deltas between provided software and MCRC business processes (e.g. custom development, custom configuration, etc.).
(4) List and describe the types of end user devices previously supported by the submitting firm.
a. Explain any mobile or offline capabilities supported in past performance.
(5) Describe the vendors Continuity of Operations (COOP) and Disaster Recovery (DR) capabilities.
(6) What is your previous experience developing new interfaces with DoD partners?
a. Have you developed joint interfaces in the past?
b. Has your interface development work involved authoritative data from various sources?
C. Rough Order of Magnitude (ROM) Price Estimate
(1) What is the pricing model for the envisioned solution? In describing your model, please consider client (e.g. desktop, cell phone, tablet, etc.), off-line/ asynchronous delivery, etc.
a. Does pricing differ for DevSecOps vs Traditional PDSS?
i. Delivery is planned for every 2 weeks of bug/patch/fix releases
ii. New feature releases will be on a 2 week release schedule
iii. Appian Software will be upgraded within 30 days of any Original Equipment Manufacturer (OEM) release
1. Cyber security releases must be released within 7 days of availability
b. Help Desk Hours 0700-2000 Monday - Friday and Release/Patching Maintenance hours on Wednesdays from 2100-0000 every 2 weeks.


6. Attachments
Attachment A - USMC MCRC Manpower Management Production Systems (MMPS) MCRISS II Secure Computing Cloud Architecture (SCCA) Proposed Software List


Siobhan G. Finch, Contract Specialist, Phone 7034327488, Email siobhan.finch@usmc.mil - Courtney Knight, Contract Specialist, Phone 7037846556, Email Courtney.Knight@usmc.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP