Loading
X
Call Us Today! +1(202)417-7242 | contact@sbga.us

DOI Business intergration systems industry day

Back




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:

  1. 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.
  2. 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.
  3. 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.
  4. 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?
  5. 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
  6. Identify if company is U.S. or foreign-owned.
  7. Identify the North American Industry Classification System (NAICS) Code(s) applicable to this requirement.
  8. Identify your company's size given the NAICS Code you identified above.
  9. Identify the Product Service Code (PSC) applicable to this requirement.
  10. 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?
  11. Identify the technical and programmatic risks you foresee in executing this requirement. Define risk reduction measures you would employ to address these risks.
  12. 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.
  13. 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


  Click Here To View Attachments on SAM