USAF Robotic Process Automation (RPA)
This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP), Request for Quote (RFQ), or a promise to issue an RFP or RFQ. Furthermore, those w... This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP), Request for Quote (RFQ), or a promise to issue an RFP or RFQ. Furthermore, those who respond to this RFI should not anticipate feedback with regards to its submission; other than acknowledgement of receipt – only IF a request for an acknowledgement is requested by the submitter. This is an RFI used to identify potential business sources that are interested and capable of providing the requirements to support the United States Air Force in Robotic Process Automation (RPA) and to gather information for planning purposes. The Enterprise IT & Cyber Infrastructure Division (HNII) of the Command, Control, Communications, Intelligence & Networks Directorate (C3I&N), requires assistance with the identification of the RPA software application, program management/support, installation and configuration of RPA software, establishing a methodology for RPA process selection and development of intake procedures. The information provided may be used by HNII in developing its acquisition strategy and Product Description/Performance Work Statement. 1.1 The PEO Command, Control, Communications, Intelligence & Networks Directorate (C3I&N), HNII Enterprise Cloud Services Branch future intention is to procure RPA tools, and possibly, a managed Solution. HNII is seeking information in regards to the best solution; therefore, request the vendor propose solutions that they feel best fit; either a full, partial or no managed solution. If a vendor is considering a fully managed solution, they will be responsible for providing HNII a solution consisting of a suite of tools including software licensing and maintenance of the suite including all software updates, original equipment manufacturer (or authorized resellers) provided professional services, and potential items for consideration for scalability throughout USAF. Vendors should also provide recommendations on contract-type based on implementing emerging technologies such as RPA into the USAF Enterprise. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information shall not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. It is the responsibility of the potential offerors to monitor this request for additional information pertaining to this requirement. 1.3 Not responding to this RFI does not preclude participation in any future RFP or RFQ. If it is determined that there is not an existing contract vehicle for the potential requirement then a solicitation may be released via the Government Wide Point of Entry at: https:// sam.gov. It is the responsibility of the potential Offerors to monitor the website for any information that may pertain to this RFI. All submissions become the property of the Federal Government and will not be returned. INFORMATION REQUESTED Provide the following information to demonstrate your company’s experience and abilities with Robotic Process Automation. HNII is seeking industry’s expertise and assistance in identifying industry best practices to be considered and key inputs USAF needs to consider for this anticipated procurement. Please respond to the questions below as part of your capability statement: 1. Tell us about your technology/proposed solution for RPA. Please include examples of your largest customers, their size, and how they are using the technology. 2. Is your technology used anywhere in the Federal government at scale? If yes, please cite scale and provide examples of representative Bot descriptions and ROI. 3. Are any of your customers operating your solution on AWS or Azure PaaS platforms? Please discuss 1 or 2 examples and explain any performance issues or limitations (e.g., desktop agents and whether an HA configuration exists) associated with your technology, and specify if deployments into government cloud regions have been successfully performed. 4. What DoD and/or USAF cybersecurity accreditations (previously awarded ATOs, inclusion on the AF EPL, FedRAMP certifications, etc.) do the tool(s) in your proposed solution hold? 5. What are the major/primary functionalities that the Government would need to define in an RPA solution for industry to understand USAF’s requirements need? 6. What other information would your company require from the USAF to submit a compliant proposal, if an RFP was sent out? 7. What are the main interdependencies and constraints for USAF to consider and define, so that industry understands the efforts involved in planning, system architectural design, development, integration, & testing, and implementation/deployment? 8. What kind of a work breakdown structure would your solution require? what labor categories do you anticipate being required? What cost elements (e.g., fees, labor, direct costs, etc.) should be considered? 9. What general timeline do you expect the system implementation process to look like from the date of a potential contract award? Note time expected for migration and testing. Note any other relevant implementation factors and their expected timeframes/key milestones. 10. What are some difficulties or challenges that the contractor foresees with trying to implement/deploy an RPA solution for USAF? SUBMISSION INSTRUCTIONS Answers to the questions above may be provided in a .pdf document not to exceed FIVE pages (no less than font size 12, including wording on images and charts). RFI submissions shall be submitted in writing via e-mail to Crystal Lavoie at crystal.lavoie@us.af.mil and Traci Molis at traci.renzella-molis.1@us.af.mil no later than Friday, 9 July 2021 by 12:00 PM ET. The e-mail subject line must contain RFI Number: RPAFA872621. **Please note the SAM website does not allow for 12PM EST input. Please disregard drop down AM response deadline. Note: Those who respond to the RFI should not anticipate feedback with regards to their submission other than acknowledgement of receipt – IF a request for an acknowledgement isrequested by the submitter.
Data sourced from SAM.gov.
View Official Posting »