
UNITED STATES DEPARTMENT OF THE INTERIOR
Business
Integration Office (BIO) and
Financial and
Business Management System (FBMS) Support Services
RFI & Industry Day
May 1, 2025
1pm-3pm
EDT
Virtual
Free Event
BACKGROUND
FBMS is the cornerstone of a
fully integrated business management system, supporting DOI as a
world-class organization acknowledged for management excellence and effective
mission delivery. It is critical to the DOI’s financial management
modernization and to meeting future business needs. FBMS is designed to
incorporate most DOI’s financial and business management functions into one
system.
This Performance Work
Statement (PWS) specifies critical support services required by the DOI to
manage DOI’s FBMS. Task orders issued under this Indefinite Delivery,
Indefinite Quantity (IDIQ) contract will be relevant to FBMS support for bureau
or Departmental offices.
It is expected that the first
task order issued through this IDIQ will be by the BIO. The BIO is responsible
for the management, continued development and operations and maintenance of
FBMS and the support of the business community utilizing the system across all
of DOI. The BIO is an office under the Deputy Assistant Secretary for Budget,
Finance, Grants and Acquisition (DAS-BFGA) within the Office of Policy,
Management and Budget (PMB). PMB is an office located within DOI’s Office of
the Secretary (OS).
Additional task orders for
FBMS support may be issued by individual DOI bureaus or Departmental offices.
FBMS support for DOI bureaus and offices may include bureau/Department-specific
business process documentation, additional guidance, supplemental Work Step
Instructions, quick reference guides, reporting and analysis of FBMS data as
well as overall user support.
DESCRIPTION OF INFORMATION
REQUESTED
The Government will consider
all comments, questions, and issues raised by all prospective offerors in
formulating requirements for any resultant solicitation document. The information
contained here and in the attached PWS, reflects the Government’s anticipated
requirements as of the date on this RFI. The purpose of the RFI is to solicit
comments regarding this upcoming acquisition. The issuance of this RFI is
designed to gather as much information as possible to ensure that the
Government’s requirements are clear, concise, and possibly improve the
requirements based on industry best practices and lessons learned, which may be
stated in a future solicitation.
Respondents are requested to provide the
following information:
- Respondents are requested to provide comments and questions on the
draft PWS(s). These comments and questions can be in track changes on the
documents.
- Identify and discuss experience your company has with support for
the software identified in this PWS (e.g., SAP Solutions, Compusearch
PRISM, Tableau Server, OpenText, etc.). Please go into detail.
- Can you project firm-fixed prices for support services for the
duration of the contract? If so, what information would the Government
need to provide in order to propose a firm-fixed price? Please identify
(with rationale) if your company believes that a Firm-Fixed Price (FFP)
pricing arrangement is not most appropriate for this type of requirement
and if not, suggest more appropriate contract type(s) considering the
nature and risk associated with this requirement. Are there any others you
believe can be written as FFP? Please provide rationale.
- Identify any existing contracts and Federal Supply Schedules that
lend itself to this requirement. Is this requirement suitable to be a
Blanket Purchase Agreement (BPA) against the Federal Supply Schedule
instead of a FAR Part 15 IDIQ?
- Identify if your company is one or more of the following business
types: large business, small business, small, disadvantaged business, 8(a)
concern, women-owned small business, economically disadvantaged
women-owned small business (EDWOSB) concern, HUBZone, veteran-owned, or
service-disabled veteran-owned small business based on the NAICS
identified herein
- Identify if company is U.S. or foreign-owned.
- Identify the North American Industry Classification System (NAICS)
Code(s) applicable to this requirement.
- Identify your company's size given the NAICS Code you identified
above.
- Identify the Product Service Code (PSC) applicable to this
requirement.
- The BIO intends to update the performance measures included in the
draft BIO Task Order Support Services PWS. What performance standards
and/or metrics are best suited when performing the services identified
within our draft performance work statement?
- Identify the technical and programmatic risks you foresee in
executing this requirement. Define risk reduction measures you would
employ to address these risks.
- Provide percentage estimates of small business subcontracting
possibilities (small business dollar component divided by estimated total
contract value). Respondents should also list the sections and/or
subsections of the draft PWS anticipated to be subcontracted to small
businesses.
- Provide the name, telephone number, mailing address, and email
address of a point of contact authorized to discuss responses with
Government representatives.
Submission Instructions:
Respondents shall provide a
capabilities package, not to exceed 25 pages, demonstrating their solution and
highlighting any additional capabilities of their products/solution. Comments and questions on the draft PWS do
not count towards the page limit.
Potential
vendors are asked to submit capabilities packages that addresses the
information requested below. The capability package must be clear,
concise, complete and submitted to the contracting officer via email no later
than 12 PM EDT April 24, 2025.
Any solicitation resulting from the analysis of information
obtained will be announced as required under the FAR section used for this
procurement. However, responses to this
notice will not be considered adequate responses to a solicitation.
No proprietary, classified, confidential,
or sensitive information should be included in your response. The Government
reserves the right to use any non-proprietary technical information in any
resultant solicitation(s).
Industry Day
Additionally, the BIO will hold an
industry day on May 1, 2025, from 1pm-3pm EDT.
This will be an opportunity for
vendors to hear a brief overview of the requirements and to ask questions about
the procurement. You may submit questions in advance as part of your RFI
response. These questions do not count towards your page limit. You must
register to attend this event via the registration site below:
https://events.gcc.teams.microsoft.com/event/d2d52286-d8a9-4f1e-921c-0a22f8004547@0693b5ba-4b18-4d7b-9341-f32f400a5494
