• No results found

NOTE: Technical proposals shall not include prices or pricing information.

N/A
N/A
Protected

Academic year: 2021

Share "NOTE: Technical proposals shall not include prices or pricing information."

Copied!
10
0
0

Loading.... (view fulltext now)

Full text

(1)

REQUEST FOR PROPOSAL (RFP)

RFP # 6HQOIG-13-A-0022

United States Postal Service

Office of the Inspector General

Countermeasures and Performance Evaluations (CAPE)

Data Mining, Predictive Analytics and Data Management

Services

October 24 2013

I.

Introduction

The OIG is an independent entity within the United States Postal Service. Its mission, in part, is to conduct and supervise objective and independent audits, reviews, and investigations relating to Postal Service programs and operations to promote economy, efficiency, and effectiveness; and to keep the Postal Service Governors, Congress, and Postal Service management informed of problems,

deficiencies, and corresponding corrective actions.

II.

Background

Under the leadership of the Inspector General, the OIG’s Countermeasures and Performance Evaluations (CAPE) team uses data mining and predictive analytics tools and methodologies to facilitate improved focus on high-risk audit and investigative threats. With the ongoing trends and challenges the Postal Service faces, the use of innovative tools and methodologies is critical to the OIG to ensure its work is of greatest value to the Postal Service.

III.

Two-step RFP Process Synopsis

This REQUEST FOR PROPOSAL (RFP) is a two-step solicitation for Data Mining, Predictive Analytics and Data Management Services as outlined in Section III below.

The purpose of this RFP is to gather information around what the capabilities are for predictive analytics, data mining, and data management services to be used by the US Postal Service Office of Inspector General (OIG) for the following activities:

• data mining

• discovery and advanced data analytics • data management

• data storage

Step 1: Request for technical proposals.

NOTE: Technical proposals shall not include prices or pricing information.

• This step will determine the acceptability of technical proposals and establish a prequalified suppliers’ list from a review and evaluation of the written responses to the evaluation factors (see Section IV).

• Offerors should submit proposals that are acceptable without additional explanation or

information as the OIG may make a final determination regarding a proposal’s acceptability solely on the basis of the proposal as submitted and may proceed with the second step without

(2)

information from offerors of proposals that it considers reasonably susceptible of being made acceptable, and may discuss proposals with their offerors. Oral questions and

answers/presentations may be conducted as outlined in Section VI. • Notification will be sent to offerors not placed on the prequalified list. Step 2: Submission of Pricing Proposals

This step will not be publicly posted as an acquisition opportunity. This step involves the

submission of pricing proposals from suppliers who submitted a proposal under Step 1 and were notified of inclusion on the prequalified list. Pricing proposals submitted under Step 2 will be evaluated and award a contract based on best value to the OIG. The OIG may award single or multiple Firm Fixed Price contracts.

IV.

Statement Of Objective

The overall objective is to allow for maximum flexibility for each offeror to propose an innovative development approach to solving complex investigative and audit problems using data mining and predictive analytics. Offerors are requested to prepare their proposals to include a Statement of Work (SOW) that offers innovative alternatives that address the factors in Section V and meets the objectives of this RFP.

V.

Evaluation Criteria

NOTE: No classified, confidential, or sensitive information should be included in the responses. Any proprietary information submitted should be appropriately marked on all applicable pages.

The following equally-important factors will be considered in the evaluation process. A. Past Performance

The response should demonstrate relevant and successful experience within the past three years in similar scope and complexity to those outlined in this RFP. This should include, at a minimum:

1. Vehicles and contracts held (vehicle, agency name, expiration date), including Postal Service, GSA Federal Supply Schedule contracts or other General Services Administration (GSA) vehicles (i.e., NASA SEWP, etc.).

2. Overview of the kinds of data analytics and/or data management services or core capabilities the firm offers.

B. Supplier Capabilities

1. To be deemed capable, the proposal must include a detailed description of the supplier’s ability to:

a) Provide a list of Federal agencies and/or private entities that have benefited from your capabilities and how your company is prepared to deliver and service capabilities to a Federal agency that must comply with IT laws, regulations and policies.

b) Meet the requirements considering all existing commitments, including awards pending. c) Have a good record of integrity and business ethics.

d) Meet timeliness or adhere to time-related performance metrics.

e) Provide company information to include, at a minimum, Organization name and the year in which the company was established/founded (list any previous names used); Location of corporate headquarters; Information regarding the certifications, and commercial recognitions and associations.

(3)

2. Describe how your company addresses any of the following five technical areas. Example, supplier may address data mining, discovery and analytics but not data management. Only address those technical areas that are applicable to the services offered by your company. Descriptions should, at a minimum, address the bullets indicated under each applicable technical area.

Data Mining:

• Plan, design, test, execute, enhance, manage/maintain custom and/or off the shelf solutions, data mining, data models, tools, and related services that leverage predictive analytics

• Apply statistical principles to discover patterns, forecast trends, create rules and recommendations to support data modeling competencies applied to core functions such as compliance, fraud and operations

• Help end users identify actionable intelligence through the use of statistical modeling to analyze a sequence of events in complex data sets

• Gain new insights to include –data mining initiatives involving text mining, social media, audio and video

• Analytics capabilities that span from reports to predictive tools and varying delivery capabilities

Discovery and Advanced Data Analytics:

• Use of geospatial and other analytic technical capabilities that help analysts and un-trained end users alike identify patterns, trends, and data segments of interest in the context of OIG missions such as dynamic and continuous correlation

• Manage information relationships and models

• Apply agile analytics capabilities that can help analysts and/or end users identify and dynamically exploit emerging trends in data sets and data flows

• Create interactive ad-hoc reporting designed to put real-time, in-depth data analysis capabilities in the hands of end users

• Design tools with the ability to support filtering, pivoting, drill-down, adding calculations sorting, dashboards, scorecards and other analytical functionality • Ability to deliver threshold reporting, alerts, and publish/subscribe capability

• Use of text mining and text analytics to reveal correlations and patterns in structured semi-structured and unstructured data

Visualization:

• Plan, design, test, execute, enhance custom and/or off the shelf visualization solutions of data, data mining, data models, analysis tools, and related services for end users

• Visual capabilities for helping users understand important relationships in large data sets (e.g., geospatial, graphs, heatmaps, etc.)

• Mobile application development capabilities, design information access in mobile environments

• Capabilities that enable information sharing through visual depictions of large/complex information

Data Management:

• Develop a strategic data management plan that designs an architectural vision and roadmap for data management initiatives and establishes data governance, data stewardship, data strategy, metadata management, and enterprise data architecture • Data warehousing, data cleansing and profiling, and data governance

• Building and optimizing ETL processes, data quality, infrastructure and integration services

(4)

• Data security and database platforms Data Storage:

• Emerging methods for managing large scale and high speed distributed information storage

• Storage methodologies and support for specific data types (e.g., imagery, audio, text, language, etc.) that enhance cross organization/geography information sharing • Redundancy, backups, and continuity of operations plans (COOP)/disaster recovery

(DR)

• Cloud-based solutions to data management and storage C. Service Information

Responses must, at a minimum, address the following that are applicable to your services:

1. Provide a brief description of your data analytics, data discovery and visualization, and data management capabilities, including storage and governance services. Include any

experience and proficiency in solving complex investigative, auditing and operational problems using analytical methods.

2. Provide information about your pricing model. No formal pricing information is being requested; only the pricing methodology and model(s) for pricing is requested (e.g., named users, “pay as you go”, capacity (CPU), hourly rates, cost per seat, per server, or per Terabyte).

3. Provide the recommended hardware/OS requirements (if applicable). Describe your product’s scalability especially as data sets grow rapidly in size; how efficient is your solution?

4. Provide architectural information and diagrams representing the intended role for a described capability (e.g., data storage, data ingest, data processing, analytics, compliance with the Federal Enterprise Architecture [http://www.whitehouse.gov/omb/e-gov/fea]), etc.).

5. Describe your solution’s ability to integrate with industry standard architectures including the potential use of Application Program Interface (API) and Software Development Kit (SDK). 6. Describe your solution’s security capabilities, methodologies, and strategies and its ability to

meet security standards.

7. Provide a detailed description of your solution’s performance, and both your company and your solution’s differentiated position in the data analytics and data management

marketplace. Include information and differentiation about your top three competitors. 8. Describe your methods for ingesting data from source systems and open sources, applying

metadata and other tags, and delivering data to users in “near real time.”

9. Provide change management process, version control, technology road maps, training and education.

10. Describe user adoption and usage strategies.

11. Provide an exemplar case study or success story where your data mining, predictive analytics, and/or data management services were created, deployed and integrated. At a high level, explain the methodology used, the alternatives considered and challenges faced.

(5)

12. Provide information on which Federal agencies and/or private entities have benefited from your services and how your company is prepared to deliver service capabilities to a Federal agency that must comply with IT laws, regulations and policies.

13. Provide information and suggestions that may encourage new, different or innovative approaches that would result in direct cost savings to the Government.

VI.

Oral Presentations

Following the review of the responses, the OIG may consider holding technical demonstrations for question and answer (Q&A) sessions with the individual suppliers. Selection for a Q&A will be based upon a determination that the best solution(s) to fulfill the need(s) was demonstrated in the written response with further clarification. If selected, the demonstrators/ presenters MUST be able to answer technical/complex questions from the OIG. Preference: presenters from the development/technology side of the organization and not marketing or sales team type representatives for the presentations. Presentations will be held at the OIG, 1735 N Lynn Street, Arlington, VA. Notification will be sent to the selected speakers and an initial agenda with date and time will be made available by email to

respondents two (2) weeks prior to this event.

VII.

Representations and Certifications

All proposals must include the following completed Representations and Certifications:

A. Type of Business Organization. The offeror, by checking the applicable response below, represents that it:

1. Operates as:

_ a corporation incorporated under the laws of the state of ________; or country

of________________ if incorporated in a country other than the United States of America. _ an individual;

_ a partnership; _ a joint venture;

_ a limited liability company; _ a limited liability partnership; _ a nonprofit organization; or _ an educational institution; and 2. Is (check all that apply) _ a small business concern;

_ a minority business (indicate minority below): _ Black American;

_ Hispanic American; _ Native American;. _ Asian American;

_ a woman-owned business; or _ none of the above entities.

a. A small business concern for the purposes of Postal Service purchasing means a

business, including an affiliate, that is independently owned and operated, is not dominant in producing or performing the supplies or services being purchased, and has no more than 500 employees, unless a different size standard has been established by the Small Business Administration (see 13 C.F.R. § 121, particularly for different size standards for airline, railroad, and construction companies). For subcontracts of $50,000 or less, a subcontractor having no more than 500 employees qualifies as a small business without regard to other factors.

(6)

b. Minority Business. A minority business is a concern that is at least 51 percent owned by, and whose management and daily business operations are controlled by, one or more members of a socially and economically disadvantaged minority group, namely U.S. citizens who are Black Americans, Hispanic Americans, Native Americans, or Asian Americans. (Native Americans are American Indians, Eskimos, Aleuts, and Native Hawaiians. Asian Americans are U.S. citizens whose origins are Japanese, Chinese, Filipino, Vietnamese, Korean, Samoan, Laotian, Kampuchean (Cambodian), Taiwanese, in the U.S. Trust Territories of the Pacific Islands or in the Indian subcontinent.)

c. Woman-owned Business. A woman-owned business is a concern at least 51 percent of which is owned by a woman (or women) who is a U.S. citizen, controls the firm by exercising the power to make policy decisions, and operates the business by being actively involved in day-to-day management.

d. Educational or Other Nonprofit Organization. Any corporation, foundation, trust, or other institution operated for scientific or educational purposes, not organized for profit, no part of the net earnings of which inures to the profits of any private shareholder or individual. 3. Is (check all that apply):

_ a Postal Service employee or a business organization substantially owned or controlled by such an individual;

_ a spouse of a Postal Service employee or a business organization substantially owned or controlled by such an individual;

_ another family member of a Postal Service employee or a business organization substantially owned or controlled by such an individual;

_ an individual residing in the same household as a Postal Service employee or a business organization substantially owned or controlled by such an individual.

(Note: Offers from any of the sources listed in subparagraph A.3, may not be considered for an award prior to advance review and recommendation by the OIG Ethics Office.)

B. Parent Company and Taxpayer Identification Number

1. A parent company is one that owns or controls the basic business polices of an offeror. To own means to own more than 50 percent of the voting rights in the offeror. To control means to be able to formulate, determine, or veto basic business policy decisions of the offeror. A parent company need not own the offeror to control it; it may exercise control through the use of dominant minority voting rights, proxy voting, contractual arrangements, or otherwise. 2. Enter the offeror's U.S. Taxpayer Identification Number (TIN) in the space provided. The TIN is the offeror’s Social Security number or other Employee Identification Number (EIN) used on the offeror's Quarterly Federal Tax Return, U.S. Treasury Form 941, or as required by Internal Revenue Service (IRS) regulations. Offeror's TIN: ________________

3. IRS Form W-9, Request for Taxpayer Identification Number and Certification. You must complete a copy of IRS Form W-9 and attach it to this certification.

4. Check this block if the offeror is owned or controlled by a parent company: ______________

5. If the block above is checked, provide the following information about the parent company: Parent Company's Name:_______________________________

Parent Company's Main Office:__________________________ Address:_____________________________________________ City:________________ State:______ ZIP Code:_____________ Parent Company's TIN:__________________________________

(7)

6. If the offeror is a member of an affiliated group that files its federal income tax return on a consolidated basis (whether or not the offeror is owned or controlled by a parent company, as provided above) provide the name and TIN of the common parent of the affiliated group: Name of Common Parent: ______________________________

Common Parent's TIN: _________________________________ C. Certificate of Independent Price Determination

1. By submitting this proposal, the offeror certifies, and in the case of a joint proposal, each party to the proposal certifies as to its own organization, that in connection with this

solicitation:

a. The prices proposed have been arrived at independently, without consultation,

communication, or agreement, for the purpose of restricting competition, as to any matter relating to the prices with any other offeror or with any competitor;

b. Unless otherwise required by law, the prices proposed have not been and will not be knowingly disclosed by the offeror before award of a contract, directly or indirectly to any other offeror or to any competitor; and

c. No attempt has been made or will be made by the offeror to induce any other person or firm to submit or not submit a proposal for the purpose of restricting competition.

2. Each person signing this proposal certifies that:

a. He or she is the person in the offeror's organization responsible for the decision as to the prices being offered herein and that he or she has not participated, and will not participate, in any action contrary to paragraph C.1.a above; or

b. He or she is not the person in the offeror's organization responsible for the decision as to the prices being offered but that he or she has been authorized in writing to act as agent for the persons responsible in certifying that they have not participated, and will not participate, in any action contrary to paragraph C.1.a above, and as their agent does hereby so certify; and he or she has not participated, and will not participate, in any action contrary to paragraph C.1.a above.

3. Modification or deletion of any provision in this certificate may result in disregarding the proposal as unacceptable. Any modification or deletion should be accompanied by a signed statement explaining the reasons and describing in detail any disclosure or communication. D. Certification of Nonsegregated Facilities

1. By submitting this proposal, the offeror certifies that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform services at any location under its control where segregated facilities are maintained. The offeror agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract.

2. As used in this certification, segregated facilities means any waiting rooms, work areas, rest rooms or wash rooms, restaurants or other eating areas, time clocks, locker rooms or other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation or housing facilities provided for employees that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise.

(8)

3. The offeror further agrees that (unless it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors before awarding subcontracts exceeding $10,000 that are not exempt from the provisions of the Equal Opportunity clause; that it will retain these certifications in its files; and that it will forward the following notice to these proposed subcontractors (except when they have submitted identical certifications for specific time periods):

Notice: A certification of nonsegregated facilities must be submitted before the award of a subcontract exceeding $10,000 that is not exempt from the Equal Opportunity clause. The certification may be submitted either for each subcontract or for all subcontracts during a period (quarterly, semiannually, or annually).

E. Certification Regarding Debarment, Proposed Debarment, and Other Matters (This certification must be completed with respect to any offer with a value of $100,000 or more.)

1. The offeror certifies, to the best of its knowledge and belief, that it or any of its principals: a. Are ___ /are not ___ presently debarred or proposed for debarment, or declared ineligible for the award of contracts by any Federal, state, or local agency;

b. Have ____ /have not ___, within the three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; c. Are ___ /are not ___ presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in subparagraph (b) above;

d. Have ___ /have not ___ within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in conjunction with obtaining, attempting to obtain, or performing a public (Federal, state or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion or receiving stolen property; and e. Are ___ /are not ___ presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in subparagraph (d) above.

2. The offeror has ___ /has not ___, within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal, state, or local agency.

3. "Principals," for the purposes of this certification, means officers, directors, owners, partners, and other persons having primary management or supervisory responsibilities within a business entity (e.g., general manager, plant manager, head of a subsidiary, division, or business segment, and similar positions).

4. The offeror must provide immediate written notice to the contracting officer if, at any time prior to contract award, the offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

5. A certification that any of the items in E.1 and E.2 of this provision exists will not

(9)

will be considered as part of the evaluation of the offeror's capability (see the Conduct Supplier Capability Analysis topic of the Evaluate Proposals task of Process Step 2: Evaluate Sources, in the Postal Service's Supplying Practices). The offeror's failure to furnish a certification or provide additional information requested by the contracting officer will affect the capability evaluation.

6. Nothing contained in the foregoing may be construed to require establishment of a system of records in order to render, in good faith, the certification required by E.1 and E.2 of this provision. The knowledge and information of an offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

7. This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under section 1001, Title 18, United States Code.

8. The certification in E.1 and E.2 of this provision is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Postal Service, the contracting officer may terminate the contract resulting from this

solicitation for default.

F. Incorporation by Reference. Wherever in this solicitation or contract a standard provision or clause is incorporated by reference, the incorporated term is identified by its title, its provision or clause number assigned to it, and its date. The text of incorporated terms may be found at http://about.usps.com/manuals/pm/welcome.htm. If checked, the following

provision(s) is incorporated in this solicitation by reference: (contracting officer will check as appropriate)

[] 1. Provision 1-2: Domestic Source Certificate & Supplies

[] 2. Provision 1-3: Domestic Source Certificate - Construction Materials [] 3. Provision 9-1: Equal Opportunity Affirmative Action Program [] 4. Provision 9-2: Pre-award Equal Opportunity Compliance Review

[] 5. Provision 9-3: Notice of Requirements for Equal Opportunity Affirmative Action

VIII.

Proposal Instructions

Interested parties having the expertise and capabilities are invited to submit detailed information discussing their technical capabilities.

The electronic submission shall include an email that includes the following:

a) Name of contractor submitting the email and the firm’s mailing address;

b) A Point of Contact (POC), telephone number, and email address of the person to be contacted regarding any correspondence between the OIG and the Contractor. The POC shall be capable of addressing questions or issues associated with the submission and content of the RFI;

c) Total number of electronic files being submitted, if more than one electronic file is being attached; and

d) Attached to the email, a maximum number of 10 pages per submission with Arial font greater than or equal to 12 pt. Electronic files larger than 5 MB shall be broken down into multiple files with no one file exceeding 5 MB. Each electronic file shall be numbered (e.g., File 1 of 4, File 2 of 4, etc.).

(10)

Due Dates

Questions on the RFP are to be submitted via email no later than 4:00 PM on October 30, 2013 to Jackie Ross at jross@uspsoig.gov. Note: The subject line should contain the following: Questions—RFP 6HQOIG-13-A-0022. Answers will be posted on Fedbizopps (FBO) by 4:00 PM on November 6, 2013.

Proposals are to be submitted via email to Misale Abdi at mabdi@uspsoig.gov no later than 4:00 PM on November 21, 2013. Note: The subject line should contain the following: Proposal—RFP 6HQOIG-13-A-0022. Late proposals will not be accepted.

References

Related documents

El tema de la grisalla resulta de interés historiográfico en la literatura warburguiana, porque no sólo sugiere un concepto de transición hacía las nociones más

Random and Gaussian Processes Covariance functions basics Gaussian process regression Kriging noisy data. Parameter estimation

You can claim survivor benefits for life insurance, retirement plans, veterans’ benefits, Social Security or other employee benefits directly or through a lawyer.. In some states,

2 GSA, Federal Acquisition Service, General Supplies and Services (GSS) Business line Update This important GSA business line is home to all of GSA Schedules, other than

Driving beyond the daily driving range (i.e., long distances) requires that the PHEV’s gasoline engine be used. The analysis of this paper focuses on 1) the life-cycle cost (LCC) of

CMRE (Concurrent Multi Robot Environment) is expanded to be able to consider different virtual clocks in each robot (processor), as well as the cost – both in relation to time

Select the Simulation Case User Variable command from the Simulation menu to access the User Variables of Case property view.. The User Variables listed in this property view apply

a. Post-tensioned before erection. Post-tensioned after erection. Self-supporting before and after tensioning. Post-tensioned after erection. Self-supporting only after tensioning.