Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The BEP will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued.
BEP is seeking information from responsible sources that are capable of providing an on-line hosted planning tool in accordance with NFPA (National Fire Protection Association) 1600: 2007, FCD (Federal Continuity Directive)-1 and FCD-2 to provide emergency management, incident response and business continuity planning. This capability shall be available as a Software as a Service (SAAS), meaning that it is 100% hosted by the vendor. BEP is interested in a system that will create a framework and mechanism to capture and maintain information essential for planning for incidents such as fire, hurricane, tornado, flood, earthquake, terrorist activity, pandemic flu, or other situations that may impede BEP's ability to conduct its business or access the facilities for an extended period of time. BEP is interested in systems capable of providing summaries of key information for planning and response purposes and provides the ability to generate customizable Emergency/COOP plans and reports, provide segmentation between multiple facilities, detailed employee and vendor contact information, response checklists, critical processes and recovery time objectives, staff relocation strategies, equipment requirements, application and software requirements, vital record requirements, key vendor and/or supplier dependencies by department, etc..
Please limit your response to 10 total pages, in windows email compatible format, and include in your response the following information:
1. List the Service/Software functionality description pertaining to NFPA 1600: 2007, FCD-1 and 2.
2. List other U.S. Federal Customers.
3. Description of the hosting environment, to include but not limited to:
a. Is the hosting environment 100% located in the U.S.?
b. What disaster recovery capability does the SAAS solution itself provide?
4. Address the security of the SAAS solution, to include but not limited to:
a. Address the overall security and privacy of the SAAS solution.
b. Has any assessment IAW NIST SP 800-53 R3 been done? If so, is this data available from the provider?
c. Has the solution ever been subjected to a Government Certification and Accreditation process? If so, is this data available from the provider?
d. For whatever the provider does insofar as security and privacy, has a SAS-70, Type II or any other kind of independent audit been conducted to verify performance and is that audit documentation available to potential customers?
5. Address the administration of the SAAS solution, to include but not limited to:
a. Define the roles the solution supports, i.e. administrator, user, read-only viewer, etc.
6. Describe any training or other professional services that may be offered.
7. Discuss pricing, to include but not limited to:
a. Is the service available on GSA Schedule? If so, list Schedule, Contract number and term of the Schedule. If the GSA schedule is available, submit as an appendix to the submission, this is not included in the 10 page limitation.
b. Discuss the pricing methodology and pricing, i.e; enterprise-unlimited user, concurrent user, named user, etc.
c. Discuss quantity discounting, if applicable.
d. Pricing of training and professional services.
8. Provide any Service Level Agreements that the vendor affirms will be met.
9. Business size classification (small, large, SDVO, HUBZone, etc.)
10. Point of contact name, phone number, email, physical address, web address.
All responses shall be submitted in windows compatible format (PDF, Word, PPT) to Mohammad Ahsan, Contracting Officer, via email to [email protected].
This notice closes on August 19, 2011 at 2pm EST.