D--Law Enforcement Records Management System RFI
This is not a Request for Proposals. This is a Sources Sought/Request for Information. The purpose of this announcement is for market research purposes to determine what capable firms and businesses h... This is not a Request for Proposals. This is a Sources Sought/Request for Information. The purpose of this announcement is for market research purposes to determine what capable firms and businesses have an existing operational law enforcement records management system (RMS) that would be able to provide RMS functionality for the Department of the Interior¿s Office (DOI) of Law Enforcement and Security (OLES). DOI seeks a FedRAMP Moderate approved cloud solution, with a preference for a Software as a Service (SaaS) offering that meets FISMA Moderate requirements. To qualify as a SaaS solution, FedRAMP approval must be granted at both the hosting and application layers. If only the hosting platform is FedRAMP approved, while the application is not, the solution will be categorized as a Platform as a Service (PaaS) offering. Solutions for PaaS hosting that encompass application management, data management, and helpdesk services may be considered along with SaaS offerings. This potential procurement is anticipated to result in a ten year single award contract with a tentative award value range between $50-$100 million depending upon the nature of the solution adopted. A copy of the draft Performance Work Statement outlining the capabilities sought from a records management system is attached (see Attachment A) for reference. Additionally, a copy of the draft evaluation criteria and instructions to vendors (Attachment B) that may be used to evaluate proposed solutions for this potential procurement are provided for vendor feedback. Of particular interest to DOI is feedback regarding any evaluation criteria that might not be clear, evaluation criteria that would encourage an otherwise capable vendor from submitting a proposal, plans requested as part of the evaluation criteria that might be missing, or plans requested that are unlikely to add much value to the evaluation process. The proposed North American Industrial Classification System (NAICS) Code for this potential procurement is 518210 Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services with a Small Business Administration (SBA) Size Standard of $40.0 Million, and the proposed Product Service Code (PSC) is DA10 ¿IT and Telecom ¿ Business Application/Application Development Software As A Service.¿ Vendors are welcome to suggest an alternate NAICS or PSC Code if one appears to better align with this potential requirement. It is anticipated that any solicitation for a requirement described in this RFI will potentially be published sometime within Fiscal Fourth Quarter of 2023 (July ¿ September 2023) with a tentative award anticipated in Fiscal Second Quarter of 2024 (January ¿ March 2024). Please note this is an anticipated timeline that is subject to change. Vendors should be aware that this RFI is a follow-up to a separate RFI published in calendar year 2021 that includes updated requirements. Responses to this request for information shall not constitute responses to any request for proposals which is not currently available. No request for proposals currently exists; therefore, do not request a copy of the request for proposals. The decision to issue a solicitation shall be solely at the Government¿s discretion. This request for information is not to be construed as a commitment by the Government, nor will the government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government¿s evaluation of the capability statement received may factor into whether any forthcoming request for proposal will be conducted as a small business set-aside, full and open competition, or a sole-source procurement. Firms that believe they are capable and interested in providing a capable system may submit a capability statement which shall be considered by the agency. The capability statement shall be no more than ten (10) pages in length and shall address the following topics: - Organization¿s name, any Government Wide Acquisition Contract (GWAC), General Services Administration Contract, any other contract that could allow DOI to place a task order, or best in class ordering vehicle that the vendor is a participant, - Vendor¿s Address, Phone Number, Email, and Point of Contact Information. - Brief summary describing your organization¿s capabilities that could meet this requirement. - An approximate order of magnitude for pricing and any pricing structure customarily used by the vendor that can assist the Government in budgetary planning (e.g., firm fixed price, time and materials, etc.). Any estimates provide by a vendor are not an official proposal and will be used strictly for planning purposes by the Government. - Description of any work done previously related to areas mentioned above along with the name of business and organization, date of award & completion, and estimated award value - Whether the vendor has an existing RMS and its name, and if that RMS is ¿FEDRAMP¿ approved. - Can the vendor provide an RMS as a total Software as a Solution (SaaS) via the cloud? - A description of any proposed teaming arrangements or subcontracting arrangements that may be used to meet certain system requirements/modules. - Include your business size classification (e.g., large business, small business, 8(a), HUBZone, SDB, SDVOSB, WOSB, VOSB, etc. for the GSA Scheduled contract) - An annotated copy of Attachment C ¿Outline of Required RMS Features¿ that details if a vendor has an existing RMS that includes a particular feature set outlined in the list. In the event that a particular feature listed in this attachment is not currently available vendors are encouraged to annotate if 1) the feature can be made available and how quickly it can be deployed and 2) if that feature will be developed in-house by the vendor or via a third party. This attachment does not count against the 10 page response limit. The government is also requesting that firms submit any applicable questions or advice for the government to consider as it works to finalize its requirements documents. Areas specifically related to implementing this requirement are encouraged. Vendors with questions shall not contact OLES directly and will submit any questions and responses to the Contract Specialist for this requirement, Jonathan Chisholm, via e-mail at jonathan_chisholm@ibc.doi.gov. Any questions or recommendations regarding this process are highly encouraged. There is no page limitation for this submission or feedback on the requirements documents. Attachments: Attachment A ¿ Draft PWS 04.07.2023 V4.0.6a Attachment B ¿ Draft Instructions to Vendors and Evaluation Criteria 04.07.2023 Attachment C ¿ Outline of Required RMS Features Attachment D ¿ Current DOI eTicketing Solution
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »