United States - Migration of the IHB Back-Office Business Management Platform (B-BMP) Business System

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
17 June 2019
Opportunity publication date
11 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 10, 2019 11:17 am

1.0 Description

   1.1 DHA is potentially looking for expert IT technical services to complete the migration of the IHB Back-Office Business Management Platform (B-BMP) business system and all associated data to the Defense Health Agency (DHA) Military Health System (MHS) Application Access Gateway (MAAG) hosting construct, update the B-BMP system, applications, components, and functions to conform to DHA MAAG hosting architecture and infrastructure standards and requirement, implement system controls and configuration changes to meet DHA RMF requirements, create Risk Management Framework (RMF) artifacts and fully documents the B-BMP business system components, capabilities, functions, operation and sustainment processes, and architecture. Potential contractors would provide system and database administration, web front-end and back-end application, and system documentation services sufficient to fully complete the migration of the B-BMP business system to the DHAs MAAG hosting construct and meet all applicable DoD, MHS, and DHA cyber security and system documentation requirements for IT business systems. In addition, the services would accomplish a seamless migration of the B-BMP business system to the DHAs MAAG virtualization hosting construct with capabilities, features, and performance equal to or better than that of the current Pentagon Joint Service Provider (JSP) instance and complete all configuration changes and documentation required to garner a DHA Authority To Operate (ATO) and fully document the business systems architecture, functions, capabilities, and operating and support functions.
   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 does not commit the Government to contract for any supply or service whatsoever. Further, the DHA is not at this time seeking quotes or proposals and will not accept unsolicited proposals. Respondents are advised that the U.S. 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. If a solicitation is released, it may be synopsized on the Federal Business Opportunities (FedBizOpps) website or solicited through other government points of entry such as GSA e-Buy for PSS Schedules, through the 8(a) program, OASIS, etc. It is the responsibility of the potential offerors to monitor all sites for additional information pertaining to this requirement. The results of this market research may contribute to determining the method of procurement.
2.0 Background
The B-BMP business system supports the MHS by providing DoD, DHA, military Service, and immunization stakeholders with continuously updated reference information and guidance to assist in the clarification of immunization issues; assist clinical stakeholders in achieving compliance in the management of immunizations across the MHS; aggregate and define immunization requirements for the combatant commands, maintain a master listing of DoD facilities that administer immunizations and the management of the IHBs Continuous Quality Immunization Improvement Process (CQIIP) and Virtual Continuous Quality Immunization Improvement (VCQIIP) assessments designed to foster the quality of immunizations delivered across the DoD.
B-BMP currently resides on a Pentagon server. B-BMP application requires full migration to DHA servers with fulfillment of all attendant RMF, ATO, and other DHA IT Requirements.
   2.1 Planned Contract Start: 1 July 2019
   2.2 Delivery Period/Period of Performance: 1 July - 31 December 2019
   2.3 Limitations: N/A
   2.4 Security Requirements: Comply with all applicable DoD and DHA security and clearance requirements for IT system access (e.g. Secret clearance).
3.0 Requested Information
   3.1 Companies/Vendors who have provided B-BMP Migration, Risk Management Framework Process Completion, ATO with the requirements listed in 3.2.
   3.2 Requirements:
       3.2.1 Specific task 5.1 B-BMP Migration and associated subtasks. Migration of the current instance of the B-BMP business system and data files from the Pentagon JSP virtual hosting construct to the DHAs MAAG development/test environment with no loss of data or system functionality.
       3.2.2 Specific task 5.2 B-BMP Business System Risk Management (RMF) Support and associated subtasks. The completion of the DHA RMF process necessary to garner a DHA Authority to Operate (ATO) for the B-BMP business system.
       3.2.3 Upon successful completion of the RMF process, provide the final version of all RMF artifacts and system documentation necessary to operate, sustain, and manage the B-BMP business system within the MAAG hosting environment.
       3.2.4 Maintain system functionality and business capabilities during RMF effort.
   3.3 Provide historical Data of any contracts your company has had for B-BMP Migration, Risk Management Framework Process Completion, ATO that compares to like services. In addition, please provide the issuing Contracting Office Name and Contact information.
   3.4 Training will be provided in the Continental United States of America through face-to-face and hands-on training at vendor's facility.
4.0 Responses
   4.1 Interested parties are requested to respond to this RFI with a Capability Statement. Capability Statements should be tailored to the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
   4.2 Capability Statements in Microsoft Word for Office 2013 compatible format are due no later than June 18, 2019, 4:00pm EST. Responses shall be limited to 10 pages for Section 2 and submitted via e-mail to Pedro Godinez, pedro.m.godinez.civ@mail.mil, and Robert Leblanc, robert.e.leblanc6.civ@mail.mil. Please use the following title in your email subject line RFI, Business Management Framework RFI. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.
   4.3 Section 1 of the Capability Statement shall provide administrative information, and shall include the following as a minimum:
       4.3.1 Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact.
       4.3.2 In order for us to know if the capacity at your company or organization may be suitable for administering one or more aspects of the B-BMP Migration, Risk Management Framework Process Completion, ATO, please provide answers to the following questions:
Please state the following company information:
       a. Company Name;
       b. DUNS;
       c. CAGE;
       d. Applicable NAICS Codes
       e. All Applicable Contract Numbers - i.e. GWACs, GSA OASIS, GSA Professional Services, etc.
       f. Applicable SINs [to include description of SIN product/service classification/description]
       g. Business size status and time of last certification; and
       h. Contracting vehicles that would be available to the Government for the procurement of the service. [i.e. GSA PSS, GSA OASIS, NASA SEWP, etc..] (This information is for market research only and does not preclude your company from responding to this notice.)
       4.3.2 The facility security clearance of the offeror:
   4.4 The number of pages in Section 1 of the Capability Statement shall not be included in the 10-page limitation for Section 2 of the white paper. Section 2 of the Capability Statement shall provide the information as requested in Section 3 of this RFI and shall be limited to 10 pages.
5.0 Industry Discussion
N/A
6.0 Summary
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide the B-BMP Migration, DHA Risk Management Framework Process Completion, ATO. The information provided in the RFI is subject to change and is not binding on the Government. The DHA has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Opportunity closing date
17 June 2019
Value of contract
to be confirmed

About the buyer

Address
Other Defense Agencies Contracting Office- Falls Church United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?