D--Sources Sought Notice for new NCIS Data Management System
SOURCES SOUGHT NOTICE This announcement constitutes a Sources Sought Synopsis for market research information and planning purposes to identify the availability of potential sources capable of providi... SOURCES SOUGHT NOTICE This announcement constitutes a Sources Sought Synopsis for market research information and planning purposes to identify the availability of potential sources capable of providing the Naval Criminal Investigative Services (NCIS) a modern, comprehensive, and integrated case management system to perform its law enforcement mission effectively. NCIS, is seeking a modern case management system solution to improve its operational capabilities to include 1) expedite case handling by using electronic case files containing all case-associated documents and information (from open to closed and retention status), replacing manual paper files, 2) connect with other relevant systems across the Law Enforcement (LE) community and LE Information Domain, and 3) support future needs and requirements, whether driven by policy or technological, organizational, or environmental change (advances in biometric technology, artificial intelligence, etc.). Key case management system features NCIS needs include: • Calendaring, timekeeping, and tickler systems (to organize documents and reminders for future action by date) connected directly to case files; • Complex relational databases to enable sophisticated client/partner and contact management; • Social media searching capabilities, advanced link analysis, geographic mapping, and the ability to integrate evidence, photos location data, and other investigative findings; • The ability to interface with the National Incident-Based Reporting System (NIBRS) and Defense Sexual Assault Incident Database (DSAID) and NCIS core databases. • Easy supervisor access of case work; • Increased collaboration with LE partners through easy file sharing (e.g., video and audio), communication, and status reporting, including dashboards for visual representation, etc.; • Computer-automated dispatch capabilities; • Support of multi-channel platforms for ease of information access via mobile devices, such as Android and Apple Products, etc. • Complete and robust file management capabilities, meaning centralized data storage and built-in retention and back-up (with data easily stored and accessible in the Cloud); and • Support of built-in roles for access and management rights, including creation of permissions based on specific engagement needs with security in accordance with Department of Defense (DoD), DON, and LE requirements (Role-Based Access Control, etc.) capable of handling over 6000 users. The applicable NAICS code and size standard are 541512 (Computer Systems Design Services) and $30 Million, respectively. Prospective vendors possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this market research survey/sources sought synopsis via the submission of a tailored executive summary, no more than ten (10) pages in length. All documentation must be submitted in Microsoft Word for Office 2000 compatible format. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. The submission should include the following information and should reference NCIS Case Management System. 1. Company name; address; email address; web site address/URL; point of contact name; and phone number. Please also indicate if the identified prospective vendor would be performing in the capacity of a prime or subcontractor in support of this data management support services procurement. If significant subcontracting or teaming is anticipated in order to demonstrate and deliver technical capability, prospective vendors should address the administrative and management structure of such arrangements. 2. Contractor and Government Entity (CAGE) Codes for all prime and subcontractor prospective vendors. 3. Size of business for all prime and subcontractor prospective vendors - Large Business, Small Business, Small Disadvantaged Business, 8(a), Hubzone, Woman-owned, Veteran-Owned, Service Disabled Veteran-owned, etc. 4. A tailored capability statement displaying the prospective vendor’s ability to perform the requirements in support of NCIS, to include past performance information. When providing past performance information, please include three (3) relevant past performance references that show similar scope/magnitude to the requirement outlined above, within the last five (5) years. The relevant past performance information should identify the applicable contract number; total contract dollar amount; contract period of performance; description of the relevant services provided to include a brief description of the services performed; and a customer point of contact with corresponding telephone number and e-mail address. If subcontractor past performance is provided in order to demonstrate technical capability, the prospective vendor should clearly detail what aspects of the effort the subcontractor is supporting. All submissions are required to be submitted via e-mail to Jacob Segal at Jacob.Segal@navy.mil no later than 4:00 PM (local time EST) on 11 March 2020. Please direct any questions concerning this sources sought synopsis to Jacob Segal via email at Jacob.Segal@navy.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. This announcement constitutes a sources sought synopsis for written information only and is not to be construed as a commitment by the Government nor restrict the Government’s acquisition approach in any way. This is not a solicitation announcement for quotes and/or proposals and a contract will not be awarded from this announcement, nor will the Government pay for the information received in response to this announcement. Respondents will not be notified of the results. Please note the information contained within this sources sought synopsis may be updated and/or may change prior to issuance of an official pre-solicitation synopsis notice and subsequent solicitation. It is incumbent upon the interested parties to review neco.navy.mil/beta.sam.gov for updates to this sources sought.
Data sourced from SAM.gov.
View Official Posting »