CLOUD PLATFORM FOR AUTOMATION AND MANAGEMENT OF OPERATIONAL WORKFLOWS - RFI

Agency: STATE, DEPARTMENT OF
State: Federal
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159010873401489
Posted Date: Mar 28, 2023
Due Date: Apr 14, 2023
Source: Members Only
Follow
CLOUD PLATFORM FOR AUTOMATION AND MANAGEMENT OF OPERATIONAL WORKFLOWS - RFI
Active
Contract Opportunity
Notice ID
Related Notice
Department/Ind. Agency
STATE, DEPARTMENT OF
Sub-tier
STATE, DEPARTMENT OF
Office
ACQUISITIONS - AQM MOMENTUM
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 28, 2023 01:33 pm EDT
  • Original Published Date: Mar 28, 2023 01:32 pm EDT
  • Updated Response Date: Apr 14, 2023 05:00 pm EDT
  • Original Response Date: Apr 14, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
Description

U.S. DEPARTMENT OF STATE (STATE)



BUREAU OF INFORMATION RESOURCE MANAGEMENT (IRM)



IT ACQUISTIONS OFFICE (ITA)



SOFTWARE SERVICE MANAGEMENT (SSM)



REQUEST FOR INFORMATION (RFI)



For



CLOUD PLATFORM FOR AUTOMATION AND MANAGEMENT OF OPERATIONAL WORKFLOWS





PURPOSE: This Request for Information (RFI) is issued as market research to determine industry’s ability to provide a cloud platform with low-code application development capabilities to automate and manage a broad range of business and operational processes and workflows. The solution should be a commercial-off-the-shelf (COTS) product available through an Authorized Public Sector Reseller.



The Government does not intend to award a contract on the basis of this RFI or reimburse any costs associated with the preparation of responses. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked “Proprietary” will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI will assist DOS in determining the potential level of interest, competition adequacy, and technical capabilities of commercial vendors to provide the required products and services. The Government does not guarantee any action beyond this RFI.



BACKGROUND: The Department of State’s mission is to advance the interests of the American people, their safety, and economic prosperity, by leading America’s foreign policy through diplomacy, advocacy, and assistance. The mission of IRM is to rapidly and securely deliver anytime, anywhere the knowledge resources and Information Technology (IT) services needed to support the over 300 sites and 275 missions it services worldwide.



IRM is looking to continue to innovate its business processes and operational workflows to support a broad range of Department missions on a cloud platform. Our main objective is to consolidate software and support requirements across major customer groups within State at a pre-determined cost to ensure cost predictability and streamline management.



The Department has identified a continued and growing need to provide low-code application development and workflow automation and management to support State’s diverse global missions.



RESPONSE CONTENT: The Department requires a product that provides the following capabilities:



Requirements




  • A cloud computing platform.

  • A software tool that will allow for low-code application development.

  • A software tool that allows for out-of-the-box and customizable workflow configuration.

  • A software tool that can support IT Service Management (ITSM) workflows (i.e., IT Helpdesk) on a global scale.

  • A software tool that can automate and manage a broad range of additional business processes and operational workflows both for employees (e.g., core HR functions) as well as external customers/constituent groups

  • A software tool that can perform configuration management database (CMDB) activities, roles, and reporting via various Discovery agents.

  • A software tool that can support software asset management (SAM) reporting and business functions at an enterprise-level.

  • A software tool that can support hardware asset management (HAM) reporting and business functions at an enterprise-level.

  • A software tool that can support security operations (Sec-Ops) including vulnerability identification, management, and response functions and reporting at an enterprise-level.

  • A software application tool for cross cloud/on-premises use.

  • A software tool that is at a minimum FedRAMP moderate approved.

  • A software tool that allows for identity management and secure sign-on (i.e., OKTA integration).

  • A software tool that allows for organizational and administrative management tools.

  • A software tool that allows for access controls and permission assignment.

  • A software tool that allows for third-party integration with APIs.

  • A software tool that allows for public access use cases.

  • A software tool with development, testing, and production environments.

  • A software tool that can provide database encryption.





RESPONSE INSTRUCTIONS:



Section 1 – Cover Letter. The cover letter shall include the following:



The cover letter shall be no more than two pages. Font shall be Calibri, 14-point. All page margins (excluding headers and footers) should be 1 inch. The information contained in the cover letter at a minimum shall include the following:




  1. Company information - include company name, two points of contact and contact information (name, address, phone number, website URL, if available, email address, and fax number), Cage Code, and DUNS Number.

  2. Company business size with socioeconomic classification based on North American Industry Classification (NAICS) Code 541511. Current Security Clearance level(s) held, if any, and Labor Category - Clearance Matrix.

  3. List NASA SEWP schedule and/or GWACs or IDIQs with corresponding schedule number/contract number.



Section 2 - Capability Statement Requirements: The Request for Information (Capability Statement) response should be in a concise and focused format, not to exceed 15 pages. Page count does not include cover page and table of contents page. Font should be Calibri, 14-point. All page margins (excluding headers and footers) should be 1 inch.




  1. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

  2. Sale brochures, videos, and other marketing information materials are not solicited and will not be reviewed.

  3. A viable interested party shall demonstrate, in any capability statement submitted, the company's capabilities to meet the performance objectives and the customer's requirements. A viable interested party shall provide relevant, applicable examples of previous work or solution implementations, to include client points of contact.





Section 3 - Past Performance




  1. A description of your corporate capabilities (e.g., history, etc.) regarding each of the products / services.

  2. A description of where and how you have provided these products / services in the past. Within the page count described above, you may include as many examples as necessary to convey the breadth and depth of your corporate capabilities. Please include:




  • Client organization and point(s) of contact

  • Brief description of the scope of the work your company specifically performed, and the results achieved

  • Contract and task order number

  • Contract type

  • Dollar value of services provided specifically by your company

  • Period of performance

  • State whether your company was a prime or sub-contractor



SUBMISSION INSTRUCTIONS:



Please provide an electronic version of your written response in Microsoft Word 2016 compatible files or PDFs to:




  • Ernest Mbandi (mbandiem@state.gov), no later than April 14, 2023, at 5:00 p.m. EDT

  • The Government will not respond to questions.



Please be advised that all submissions become Government property and will not be returned.



The Department will not publicly disclose proprietary information obtained as a result of this RFI. To the full extent that it is protected by law and regulations, information identified by a respondent as Proprietary or Confidential will be kept confidential.





After review of responses to this RFI, the government at its discretion, reserves the right to meet with any vendor to further discuss its capabilities.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • US DEPT OF STATE, 2201 C ST NW
  • WASHINGTON , DC 20520
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >