Project Management Software Suite

Agency:
State: District of Columbia
Level of Government: Federal
Category:
  • 70 - General Purpose Information Technology Equipment (including software).
Opps ID: NBD00159629364935644
Posted Date: Jul 26, 2023
Due Date: Aug 8, 2023
Solicitation No: 10762331078
Source: Members Only
Project Management Software Suite
Active
Contract Opportunity
Notice ID
10762331078
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 26, 2023 01:16 pm EDT
  • Original Response Date: Aug 08, 2023 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Washington , DC 20520
    USA
Description

U.S. Department of State



Sources Sought- 10762331078



A/GIS/GPS Project Management Software



July 24, 2023





General:



This is a Sources Sought Notice Only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. This Sources Sought Notice is issued for information and planning purposes only as part of U.S. Department of State (DOS) market research and does not constitute a solicitation. This requirement is covered under NAICS Code 541511, Custom Computer Programming



The purpose of this notice is to obtain information regarding the availability and capability of qualified Small Business GSA Federal Supply Schedule Holders to provide a software suite to address logistical services across multi-locations on a conservative platform, workflows, processes, of projects that meets the DOS requirements (small businesses; HUBZone small businesses; service-disabled veteran owned small businesses; 8(a) small businesses; veteran owned small businesses; woman owned small businesses; and small disadvantaged businesses).



Introduction:



The Department of State Office of Global Publishing Solutions (GPS) seeks a software suite to address logistical services across multi-locations on a conservative platform, workflows, processes, of projects in Washington DC, Manila, and Vienna locations. The software suite should provide a connectivity of in-service areas of project and logistical management.



Global Publishing Solutions (GPS) Manila is the oldest and largest overseas print facility with over 60 years of printing history. GPS Manila’s services include digital imaging, CD/DVD replication, logistic fulfillment, editorial services, wide-format printing and more. As the warehouse for public diplomacy publications, GPS Manila prints and disseminates publications from the Bureau of International Information Programs and the Bureau of Educational and Cultural Affairs for posts worldwide. GPS multi locations of operations include Washington DC, Manila, and Vienna. GPS Vienna provides concept development as well as execution of promotional and outreach materials for Embassies, US Consulates, and Embassy Offices. In simple terms: pictures and texts sent to Vienna, in any language you need, and will be transformed into a professionally designed and printed product at a reasonable price.



1.0 Period of Performance



Base plus Four (1) year option periods.



August 31, 2023 to August 30, 2024



August 31, 2024 to August 30, 2025



August 31, 2025 to August 30, 2026



August 31, 2026 to August 30, 2027



August 31, 2027 to August 30, 2028



2.0 Software Installation



New Software Installation requires Awardee to work with A/GIS/IPS Information Systems Security Officer (ISSO)



3.0 Objectives



The Offereror shall provide the following:




  • Planning/Program Management

  • Production and Project flow/Risk Management

  • Procurement and Logistics required in multiple locations such as Washington D.C., Manila, and Austria. .

  • Schedule Accounting, Reimbursements, and Costing (Please clarify each element) GPS reschooling of print projects, logging accounts payable for the Bureau to GPS.

  • Electrical Engineering, applicable to Direct Machine Interface (DMI) applications

  • Project workflows, risks, mitigations

  • Ease of updating status information reports



List will define the following but not limited to:



Department of State ordering items such as yearly calendar, business cards, large posters, certificates, etc.




  • Risk Management for each activity including the status and mitigation of activities. Due dates on activities.

  • Folders for each activity per Bureau or Office and by multi-locations.

  • Creating a Dashboard for present and future projects

  • Project Management for each activity.

  • Change controls

  • Project schedule/budget

  • Service Schedule/weekly assumptions

  • Cancellation Policy

  • Client Systems Services

  • Project reporting for each multi-location



4.0 Performance Objectives




  • The Contractor shall develop a multi-locations software that creates across-reference structure on supplies.

  • Ease of use with all interaction of the software program. Such as procurement and logistics, scheduling accounting, reimbursements, and costing.

  • Project workflows, risks, and mitigations should be reachable and attainable to include:

    • Weekly updating status information reports

    • Ease of accounting corrections as necessary

    • Availability to review the multi-locations supplies.

    • Ease to review dashboard of all three locations with only supplies

    • Ease of control management, schedules budget

    • Ease to understand Cancellation policy.

    • User friendly Client services





5.0 Deliverables / Schedule:



Progress Report requirement:




  • The contractor shall furnish one (1) copy of a monthly-letter type progress report to the COR on or before the 10th of the month following the calendar month being reported. One copy shall also be furnished to the COR.

  • report to the COR on or before the 10th of the month following the calendar month being reported. One copy shall also be furnished to the COR.

  • Each report shall contain concise statements covering the reporting month activities. The contractor shall deliver copies of the monthly progress report and transmittal letter to the contracting officer representative.



Note: See attached File for Proposed Delivery Schedule



6.0 Type of Contract Contemplated



Fix-Firm Price



7.0 Place of Performance



Contractor will work as necessary on site to provide training to such as training to DoS employees on unique elements of the software.



8.0 Government Information



All internal documents to the Department of States will have a classification and is the property of the Federal Government. Information will be handled on as need to know basis.



9.0 Security Level



Contractor must hold Facility Clearance at the Secret Level.



SOURCES SOUGHT INSTRUCTIONS



Instructions:




  1. All qualified GSA Federal Supply Schedule Holders (small business firms) with the capability to provide the services in accordance with the Statement of Objectives

  2. The qualified schedule holders shall present other applicable information that will benefit the acquisition of the software development requirement (Ex. Capability Statements)

  3. Cost or price information is not solicited and will not be reviewed.

  4. All interested GSA Small Business Federal Supply Schedule Holders shall provide their current NAICS code, and Socio-Economic Business Size (small businesses; HUBZone small businesses; service-disabled veteran owned small businesses; 8(a) small businesses; veteran owned small businesses; woman owned small businesses; and small disadvantaged businesses).

  5. Interested firms shall submit an electronic copy of their submission via email to Crystal Brooks at brookscc@state.gov . The due date and time for submission of responses is 11:00 AM Eastern Standard Time (EST) [August 08, 2023].

  6. No phone calls related to this Sources Sought will be accepted. All correspondence shall be via email.

  7. Firms responding to this Sources Sought shall be registered in the System for Award Management under NAICS code NAICS Code 541511, Custom Computer Programming.



All responses must include the following information:




  1. Company name.

  2. Company address.

  3. Company business size (Respond: “Small” or “Other Than Small”).

  4. Unique Entity Identifier.

  5. Point-of-contact name, telephone number, and email address.










Attachments/Links
Contact Information
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 >