The RFP Database
New business relationships start here

Dynamic Payroll and Financial Reporting Software


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

THIS IS A REQUEST FOR INFORMATION ONLY.

5



THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This request is for planning purposes only, and does not constitute a Request for Proposal, a Solicitation, a Request for Quote or, an indication that the Government will award a contract/Delivery Order (DO) for the items contained in this RFI. This notice is not to be construed as a commitment on the part of the Government to award a DO, nor does the Government intend to pay for any information submitted as a result of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested, or reimburse expenses incurred for responses to this RFI. Companies are encouraged to respond if they have the capability and/or capacity to provide the items identified below. This RFI notice is part of the Government's Market Research, a continuous process for obtaining the latest information from industry, with respect to their current and near-term abilities. The Government requests information regarding whether or not vendors can provide brand name RSD EOS 360 or equal financial reporting software and associated software maintenance and technical support as identified in the table below (page 2, Section 1.0).

Responses:
Please submit the below requested information by 12:00PM EST on May 28, 2019 via email to Brandon Caltabilota, Contract Specialist at Brandon.Caltabilota@va.gov. VA reserves the right to not respond to any, all, or select responses or materials submitted. All VA current requirements identified herein are subject to change at any time. If you experience any problems or have any questions concerning this announcement, please contact Brandon Caltabilota at Brandon.Caltabilota@va.gov, 732-795-1114. VA appreciates your time and anticipated response.

As part of your RFI response, please provide the following information:

General
Include the following identification information
Company Name
CAGE/DUNS Number under which the company is registered in SAM/VetBiz.gov
Company Address
Point of contact name
Telephone number
Email address

VA anticipates that this effort would fall within North American Industry Classification System (NAICS) Code 541519, Other Computer Related Services, which has a size standard of $27.5M.

Identify existing contract vehicles (NASA SEWP V, GSA, T4NG, etc.) in which you are a contract holder that can be utilized to procure these products/services.
DRAFT PRODUCT DESCRIPTION

PRODUCT REQUIREMENTS:

The Department of Veterans Affairs (VA), Office of Information and Technology, Information Technology & Operations, Infrastructure Operations (IO) has a requirement for the procurement of brand name RSD EOS 360 or equal software and associated software maintenance and technical support to replace the RSD software currently in use at VA. IO is seeking a dynamic payroll/reporting tool, which will assist with disbursing payments to vendors and VA employees and track accounting history throughout VA. The Contractor shall provide one telephone number and/or a point of contact for VA to contact and opening maintenance service calls. The Contractor shall also provide secure connection capabilities for the downloading of software updates and/or the uploading of diagnostic information. The software maintenance shall include 24x7x365 customer support and shall consist of software upgrades and updates to include major releases, point releases, service releases and security releases of applicable software on a quarterly basis or within 48 hours in cases in which a high-risk vulnerability fix becomes available.

VA requires brand name RSD EOS 360 software or a software license of equal capability to include software maintenance and technical support with the following specifications:

The ability to operate on the z/OS mainframe using JES3;
The ability to archive reports to both mainframe disk and tape;
The ability to create the long field lengths, for report identification and classification;
The ability to perform automated spool (repository) expansion;
The software must completely encrypt entire reports, and specific fields within a report, and integrate with the existing mainframe TopSecret security monitoring software;
The ability to use an HTML5 interface, coupled with the ability to access reports directly from Microsoft Outlook; and, the ability to manage output from all Linux, zLinux, Unix and Windows servers, using the same client (for all).

Item No.
Product Description
QTY
Unit
0001
EOS Server subscription and support. Includes: EOS Engine, EOS Extended Interactive System Productivity Support, EOS Application Programming interface (API) Support, EOS Print Server (Brand name or Equal)

Part Number: EOS_Z_360_Server or Equal
1
EA
0002
EOS Process subscription and support. Includes: EOS TCP/IP Capture Tool, EOS Virtual Telecommunications Access Method (VTAM) Capture Tool (VCT), EOS External Subsystem Support, Advanced Function Presentation (AFP) and Portable Document Format (PDF) Capture Support, EOS AFP and PDF Analyzer (Brand name or Equal)

Part Number: EOS_Z_360_Process or Equal
1
EA
0003
EOS Access subscription and support. Includes: 327X Access Unlimited Named Users, EOS Client Access 3,000 Named Users HTML5 Client Access (Browser or Mobile Application),Outlook Add in 5 Named Users, Web Services and or API 5 Named Users, EOS Spool Manager (Brand name or Equal)

Part Number: EOS_Z_360_Access or Equal
1
EA
0004
EOS Project subscription and support. Includes: EOS Security and High-Level Encryption and Masking (Brand name or Equal)

Part Number: EOS_Z_360_Project or Equal
1
EA
0005
EOS Cockpit subscription and support. Includes: Audit 2.0 (Brand name or Equal)

Part Number: EOS_Z_360_Cockpit or Equal
1
EA
0006
Compart subscription and support: COMPART DocBridge MILL for z/Linux (Brand name or Equal)

Part Number: SPE-LI-EOSCOMPART-R or Equal
1
EA
0007
Deliverable Support Information Form:

The Contractor shall complete Attachment A (Deliverable Support Information Form) for software/maintenance support. The Contractor shall fill in blocks 15-32. The Contractor shall provide Original Equipment Manufacturer (OEM) confirmation that all software support or licenses have been purchased. The Contractor shall provide service call instructions to include all information required to obtain maintenance, support or licenses.

The form shall be submitted electronically to: VA PM, COR, CO and AACLicense@va.gov
NSP
NSP

PERIOD OF PERFORMANCE:

The base period of performance consists of a 12-month base period with two 12-month option periods for the renewal of brand name RSD EOS 360 or equal software and associated software maintenance and technical support.


NOTICE OF THE FEDERAL ACCESSIBILITY LAW AFFECTING ALL INFORMATION AND COMMUNICATION TECHNOLOGY (ICT) PROCUREMENTS (SECTION 508)

On January 18, 2017, the Architectural and Transportation Barriers Compliance Board (Access Board) revised and updated, in a single rulemaking, standards for electronic and information technology developed, procured, maintained, or used by Federal agencies covered by Section 508 of the Rehabilitation Act of 1973, as well as our guidelines for telecommunications equipment and customer premises equipment covered by Section 255 of the Communications Act of 1934. The revisions and updates to the Section 508-based standards and Section 255-based guidelines are intended to ensure that information and communication technology (ICT) covered by the respective statutes is accessible to and usable by individuals with disabilities.

SECTION 508 INFORMATION AND COMMUNICATION TECHNOLOGY (ICT) STANDARDS
The Section 508 standards established by the Access Board are incorporated into, and made part of all VA orders, solicitations and purchase orders developed to procure ICT. These standards are found in their entirety at: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards-and-guidelines. A printed copy of the standards will be supplied upon request.B

Federal agencies must comply with the updated Section 508 Standards beginning on January 18, 2018. The Final Rule as published in the Federal Register is available from the Access Board: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule.

The Contractor shall comply with 508 Chapter 2: Scoping Requirements for all electronic ICT and content delivered under this contract. Specifically, as appropriate for the technology and its functionality, the Contractor shall comply with the technical standards marked here:

E205 Electronic Content (Accessibility Standard -WCAG 2.0 Level A and AA Guidelines)
E204 Functional Performance Criteria
E206 Hardware Requirements
E207 Software Requirements
E208 Support Documentation and Services Requirements

COMPATIBILITY WITH ASSISTIVE TECHNOLOGY
The standards do not require installation of specific accessibility-related software or attachment of an assistive technology device. Section 508 requires that ICT be compatible with such software and devices so that ICT can be accessible to and usable by individuals using assistive technology, including but not limited to screen readers, screen magnifiers, and speech recognition software.

ACCEPTANCE AND ACCEPTANCE TESTING
Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the Section 508 Chapter 2: Scoping Requirements standards identified above.

The Government reserves the right to test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the Section 508 Chapter 2: Scoping Requirements standards identified above.

The Government reserves the right to test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon delivery.

DELIVERY INFORMATION:

Inspection: Destination
Acceptance: Destination
Free on Board (FOB): Destination

Ship To and Mark For: TBD

INFORMATION SECURITY CONSIDERATIONS:

The Assessment and Authorization (A&A) requirements do not apply and a Security Accreditation Package is not required.

All VA sensitive information shall be protected at all times in accordance with local security field office System Security Plans (SSP) and Authority to Operate (ATO) for all systems/LAN s accessed while performing the tasks detailed in this Product Description.

POINT(S) OF CONTACT:

VA Contract Specialist:
Name: Brandon Caltabilota
Address: Department of Veterans Affairs
Technology Acquisition Center
23 Christopher Way
Eatontown, New Jersey 07724
Voice: 732-795-1114
Email: Brandon.Caltabilota@va.gov

Brandon Caltabilota
Contract Specialist
732-795-1114

brandon.caltabilota@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP