Software application development, system administration, and help desk support services for the Office of Foreign Missions Information System (TOMIS)

expired opportunity(Expired)
From: Federal Government(Federal)
19AQMM24XXXX

Basic Details

started - 15 Mar, 2024 (1 month ago)

Start Date

15 Mar, 2024 (1 month ago)
due - 30 Mar, 2024 (29 days ago)

Due Date

30 Mar, 2024 (29 days ago)
Bid Notification

Type

Bid Notification
19AQMM24XXXX

Identifier

19AQMM24XXXX
STATE, DEPARTMENT OF

Customer / Agency

STATE, DEPARTMENT OF
[object Object]

SetAside

8A(8(a) Set-Aside (FAR 19.8))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This notice is issued solely for information and planning purposes and does not constitute a Request for Quotation (RFQ) or a commitment on the part of the Government to conduct a solicitation for the below-listed services in the future. Respondents are advised that the Government will not pay for information submitted in response to this Sources Sought (SS), nor will it compensate respondents for any costs incurred in the development/furnishing of a response. The Government will not entertain telephone calls or questions for this SS. Note that a decision not to submit a response to this SS will not preclude a vendor from participating in any future solicitation. Responses are limited to those companies considered 8(a) small business under NAICS Code 541512, Computer Systems Design Services. Respondents are welcome to submit other relevant and appropriate NAICS codes for consideration. The purpose of this Sources Sought (SS) is to accomplish market research pursuant to Federal
Acquisition Regulation (FAR) Part 10, and to identify businesses capable of and interested in performing the functions described herein. The Government is requesting information regarding the availability and feasibility of attracting businesses with proven technical capability and experience.To be determined capable, the vendor shall demonstrate in their submission the company's capabilities to meet all of the performance objectives; simply stating that the vendor can meet the performance objectives is not sufficient. The vendor must provide either screenshots or access to a mockup platform (preferred) to support the functionality of the system against the required criteria below. Custom software development of The Office of Foreign Mission (OFM) Information System (TOMIS) application and its subcomponents. This includes OFM’s eGov application which is an externally facing web application used by the foreign missions. Both TOMIS and eGov are currently developed using .NET MVC (Models, Views, and Controllers) .NET framework version 8. One (1) "Mission Critical” database hosted in Oracle 19c. Note: a major task in this contract is migrating from the current Oracle database to Microsoft SQL Server. This is further detailed in the attache Performance Work Statement ( PWS). System administration of web-based application servers in OFM’s Production environment. These are virtual server(s) hosted by IRM in the ESOC. Provide administration for the servers in the Development and Test environments. At the time of this announcement, these servers are currently hosted on site at SA-33. There are discussions lead by the Department’s CIO to move away from on-site development environments or NEN’s (Non-Enterprise Networks) and have software development performed in IRM’s cloud environment. Note: migrating OFM’s current Development environment to a cloud-based solution is specific line item in this contract vehicle. Collecting and evaluating system performance and customer service metrics. Note that the above is not an all-inclusive list of services to be provided under the contract. Responses Vendor submissions will be reviewed to determine whether the vendor is capable or not capable. The performance objectives must be explicitly addressed. Additionally, to be considered capable, vendors shall provide relevant, applicable examples of previous implementation of equal or greater scope and complexity. Responses should be limited to twenty (20) pages. The response package should include at a minimum: Contractor Name Address Point of Contact (POC) with phone number(s) and e-amil addresses UEI Number GSA Contract, if applicable and number Responses to specific work requirements/capabilities. Socio-Economic Status Responses must be submitted as either a Microsoft Word Document (.doc or .docx) or Portable Document Format (.pdf) to the following e-mail addresses: Contracting Officer, JoAnn Carroll at carrolljb@state.gov and Contract Specialist, Olatunde Hassan at HassanOJ@state.gov. Responses are due no later than 4pm EST March 30, 2024. To the maximum extent possible, submit Non-Proprietary Information. All information received in response to this notice that is appropriately marked “Proprietary” will be handled accordingly.

Washington, DC, 20520, USALocation

Place Of Performance : Washington, DC, 20520, USA

Country : United StatesState : District of Columbia

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 541512
Classification CodeCode DF01