Search Contract Opportunities

QuickTime Time and Attendance System Support Servs   3

ID: 140D0425R0005 • Type: Sources Sought • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

SOURCES SOUGHT NOTICE
QUICKTIME TIME AND ATTENDANCE SYSTEM SUPPORT SERVICES
140D0425R0005
November 12, 2024
I. INTRODUCTION:
The Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD), on behalf of the IBC Human Resource Directorate (HRD), is issuing this source sought notice. This request is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Interior (DOI), Interior Business Center (IBC). IBC is currently conducting market research to locate qualified, experienced, and interested potential sources. Responses will not be considered as quotes, offerors, or proposals. No award will be incurred by interested parties in responding to this announcement. All responses will be treated as information only.
II. REQUIREMENTS:
The Interior Business Centers Human Resources Directorate (IBC HRD) has a continued need to acquire full life-cycle information technology (IT) support services by a Contractor to develop and support the Quicktime Time and Attendance (T&A) software application and other services.
III. REQUIREMENT BACKGROUND:
The Personnel and Payroll Systems Division, HRD, IBC, DOI, is responsible for the development, maintenance, modification, testing, configuration management, production processing, and client support for the T&A application - Quicktime.
Quicktime is a T&A system that meets Federal time recording and processing requirements. Quicktime is used by employees to record hours worked (by cost structure if needed or using sign-in and sign-out), by timekeepers to validate the time entered by their assigned employees, by certifiers to certify the time for their assigned employees, and by system administrators to lock the records and transmit the time and attendance data to a payroll provider.
The contractor shall provide technical guidance and oversight, development/programming services, software installation/configuration assistance, performance monitoring and tuning, Federal client assistance, etc. in the further development, implementation, installation, and configuration of subsequent product releases of the Quicktime application. The tasks may include, but are not limited to, the following:
Participate with the functional specialists, computer programmer analysts, and database administration staff to satisfy design/programming requirements.
Participate in data analysis and client data requirements. Document the results of the analysis.
Develop estimates and schedules for the completion of assigned tasks.
Participation in Agile development sprints.
Perform system analysis to meet changes required by approved change requests and document the results. Conduct walkthroughs of completed analysis.
Perform modifications to computer modules based on approved change requests and/or problem reports.
Develop and test subsequent system releases and perform related maintenance.
Write and maintain system documentation.
Develop, modify, and submit modules and unit test results to Government team leads.
Adjust modules based on feedback from team leads and Government testers and retest.
Write and test ad hoc data update or retrievals for development, testing, and production needs.
Configure and install updates and/or releases at Federal client sites.
Provide technical assistance to Federal clients at their respective sites.
Develop recommendations for system architecture changes including, but not limited to, operating system, middleware, and database parameters.
Evaluate proposed hardware architecture, develop recommended changes, and document the results.
Develop recommendations for software modifications and document the results.
Modify Quicktime and supporting software in accordance with approved changes.
Respond to system production processing problems including responding beyond normal duty hours.
IV. TECHNICAL CAPABILITIES AND EXPERIENCE:
All interested firms are invited to submit a capability statement. The capability statement should demonstrate the interested firms understanding, capability, qualification, and experience in meeting the requirements identified herein.
Please note that a small business firm may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement.
1. Are you a seller or reseller of the Quicktime time and attendance software and are you capable of providing Quicktime application support services, as described above and in the attached draft Statement of Work?
2. If so, do you have this capability under a Government-Wide Acquisition Contracts (GWACs), General Services Administration (GSA) Federal Supply Schedule(s) (FSS), or NASA Solution for Enterprise-Wide Procurement (SEWP) GWAC that you currently hold that would support this requirement? If so, provide each overarching GWAC/GSA FSS / NASA SEWP contract number.
3. If you have this capability but not under any federal contracting program, please identify the arrangements and ability you have to meet the requirements stated herein.
4. What is your DUNS number?
5. What NAICS code is appropriate for this requirement.
6. Which business size categories do you fall under? Please select all that apply.
Category Applicable?
Large Business
Small Business (SB)
Small Disadvantaged Business (SDB)
Section 8(a) Business
Woman-Owned Small Business (WOSB)
Economically Disadvantaged Woman-Owned Small Business (EDWOSB)
Historically Underutilized Business Zone (HUBZone) Small Business
Veteran-Owned Small Business
Service-Disabled Veteran-Owned Small Business (SDVOSB)
6. Contractor Point of Contact:
i. Business Name
ii. Point of Contact Name
iii. Title
iv. Phone Number
v. Email Address
V. FORMAT AND LIMITATION
In response to this source sought notice, please use the following guidelines in preparing your capabilities statement:
Please use 81 2 x 11-inch paper only.
A page is defined as one side of an 81 2 by 11-inch paper. Therefore, a piece of paper with printing on both sides is considered two pages.
Times New Roman, 12 font.
The recommended page limit for the capability statement is no more than 30 pages.
Please submit your response as Adobe (.pdf) files.
The subject line of your email and all correspondence must include the sources sought number found on the cover page above.
VI. DISCLAIMER
This notice does not constitute a solicitation and is not a commitment by the Government. In accordance with FAR 15.201, the responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not provide a response to the feedback or questions directly but may consider industry feedback/questions in possible revisions to the SOW. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests.
The Government reserves the right to use all information submitted by, or obtained from, a responding firm in any manner the Government determines is appropriate, including, but not limited to, the creation of a competitive solicitation.
Notices to Offerors of Non-Governmental Support
You are hereby notified that the Department of Interior intends to use outside Contractors to provide support with this source sought notice. DOI Contractors will have access to all information contained in the capability statement and will be subject to appropriate conflict of interest, standards of conduct, and confidentiality restrictions. The current DOI prime support Contractors assisting with the evaluation of capability statements for this requirement are:
Seventh Sense Consulting
14626 Crossfield Way
Woodbridge, VA 22191-4077
Central Research, Inc.
7619 Little River Turnpike, Suite 200
Annandale, VA 22003
VII. RESPONSE SUBMISSION INSTRUCTIONS
Companies interested in responding to this notice may reply on or before 12:00 pm (noon) Eastern Time, November 20, 2024. All aforementioned items included in this notice shall be addressed.
Please provide your response via email to https://doi-ibc.box.com/s/w9e8o1xaxbomwdqyj78phs32uuwltj04 or via email to Contracting Officer, Christina Lene christina_lene@ibc.doi.gov and Contract Specialist, Andrea Corum andrea_corum@ibc.doi.gov
Interested parties should avoid including any classified, business confidential, and/or proprietary information in its response. However, if an interested firm must submit such information, that information must be clearly marked. The Government will review the information and safeguard it appropriately.
Submission transmitted via facsimile (fax) will not be accepted.
Should any submissions be received after the date and time stated above, the Government reserves the right not to review the response.

Overview

Response Deadline
Dec. 10, 2024, 5:00 p.m. EST (original: Nov. 20, 2024, 12:00 p.m. EST) Past Due
Posted
Nov. 12, 2024, 10:20 a.m. EST (updated: Nov. 19, 2024, 7:14 a.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
37%
On 11/12/24 Interior Business Center issued Sources Sought 140D0425R0005 for QuickTime Time and Attendance System Support Servs due 12/10/24. The opportunity was issued full & open with NAICS 541519 and PSC DA10.
Primary Contact
Name
Harvey, Michelle   Profile
Phone
(571) 842-1131

Additional Contacts in Documents

Title Name Email Phone
Contracting Officer Christina Lene Profile christina_lene@ibc.doi.gov None

Documents

Posted documents for Sources Sought 140D0425R0005

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought 140D0425R0005

Award Notifications

Agency published notification of awards for Sources Sought 140D0425R0005

Contract Awards

Prime contracts awarded through Sources Sought 140D0425R0005

Incumbent or Similar Awards

Contracts Similar to Sources Sought 140D0425R0005

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 140D0425R0005

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 140D0425R0005

Additional Details

Source Agency Hierarchy
INTERIOR, DEPARTMENT OF THE > DEPARTMENTAL OFFICES > IBC ACQ SVCS DIRECTORATE (00004)
FPDS Organization Code
1406-00004
Source Organization Code
100185750
Last Updated
Dec. 18, 2024
Last Updated By
fbms_acq@ios.doi.gov
Archive Date
Dec. 17, 2024