Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2017 FBO #5651
DOCUMENT

D -- Financial Management Support for OIT - Attachment

Notice Date
5/12/2017
 
Notice Type
Attachment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11817R2115
 
Response Due
5/26/2017
 
Archive Date
7/25/2017
 
Point of Contact
Michael Frank; Michael.Frank@VA.gov
 
Small Business Set-Aside
N/A
 
Description
Contact Center Solution for Department of Veterans Affairs Request for Information (RFI) Introduction This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the government as to the ultimate acquisition approach. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the government to form a binding contract. The Department of Veterans Affairs (VA) Office of Information Technology (OI&T) was established through Congressional direction in 2005 as the centralized Information Technology (IT) policy and mission execution organization and is uniquely chartered in Government to lead all facets of acquiring VA IT needs to include policy, requirements, systems development and delivery, operations and maintenance, and resource and asset management (people, systems, facilities, and funding). OI&T is composed of six (6) major organizational elements: (1) Quality, Performance and Oversight, (2) IT Information Security, (3) Architecture, Strategy and Design, (4) IT Resources Management, (5) Enterprise Program Management Office (EPMO), (6) IT Operations and Services, (7) Account Management Office (EMO) In 2005, Congress also created the VA s IT Appropriation through consolidation of all IT resources previously distributed throughout its Administrations: Veterans Health Administration (VHA), Veterans Benefits Administrations (VBA), National Cemetery Administration (NCA), and VA Central Office (VACO). The purpose of this RFI is to identify qualified contractors, who can meet Department of Veterans Affairs (VA) requirements for a Financial Management Support Services, as well as support services for the VA Chief Information Officer (CIO). Any contract/order that might be awarded based on information received or derived from this market research will be the outcome of the competitive process. The purpose of this RFI is to obtain market information on capable sources of supply, industry practices, and input specific to the information provided. The Government is not responsible for any cost incurred by industry in furnishing this information. All costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP), if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. Do not submit a proposal or quote. It is requested that all companies interested in participating in this effort please note their interest and provide information on their respective capabilities to perform the effort described in the attachments. The NAICS code applicable to this acquisition is 541512. The Small Business Size Standard for this NAICS code is $27.5M. Please indicate your company size and socio-economic status under this NAICS. Scope of Work OI&T and the Chief Information Officer (CIO) require objective, data-driven, transparent analysis to inform strategic investment decisions by the Secretary and Deputy Secretary of Veterans Affairs. To address this requirement, OI&T is synchronizing its core business processes with the Department s Planning, Programming, Budgeting, and Execution (PPBE) system. As a result, the purpose of this RFI is to identify qualified contractors who can meet the requirements for support in the conduct of VA s Information Technology Financial Management activities, including the PPBE resources lifecycle. An additional purpose of this RFI is to allow OI&T to identify contractors that can provide technical support in the conduct of operations research methods and analysis techniques during the programmatic resource integration and analysis phases of PPBE. The operations research analysis will a focus on identifying, analyzing, and assessing programmatic resource requirements, prioritization methodologies, trade-offs and options analysis, and the risks associated with those trade-offs and options. The level of support sought requires unique training and skill sets that are not readily available in sufficient numbers within VA. VA is seeking information regarding commercial service providers for financial management support and general CIO support services. The sub-domains of the financial services support are as follows: Financial Management Support: The methodology and activities associated with the governance of financial resources within an organization Financial Analytics: The review and analysis of elements of a financial operation to make data-driven decisions Financial Business Process Improvement: The use of analysis, data, and best practice implementation to yield improvements to financial business processes Planning, Programming, Budgeting, and Execution (PPBE) Support: The allocation of resources that ensures that programs are executed in conjunction with a strategic plan and budgetary controls Financial Internal Controls: The achievement of operational efficiencies via financial reporting, policy compliance, and regulatory oversight Special Studies and Analyses: Special projects that allow VA to obtain additional information about an emerging need or capability The Contractor would be expected to provide senior-level personnel to execute the objectives and requirements in Attachment A, Financial Management Requirements, of this RFI. Moreover, the Contractor would perform advisory support, direct support, and create deliverables as part of this tasking. For CIO Support Services, The Contractor shall prepare senior executive level briefings, presentations, attend required program meetings, and participate in conference calls as required to support requirements as directed. Meetings shall be conducted in person or virtual, using video or phone conferencing, Live Meeting, Lync, the VA National Teleconferencing System (VANTS), or other conferencing capabilities within VA s and the Contractor s capabilities. The CIO Support Services have many challenges, including, but not limited to, ensuring VA s landscape is secure, proper  architect  designs are in place, and the challenge of driving a complex IT organization into transformation efforts that are developed, supported, and executed by OI&T to support VA and achieve the Secretary s MyVA vision for truly Veteran-centric services and capabilities. In addition, the sub-domains of the CIO support are as follows: Cybersecurity: Protection of electronic data against unauthorized use Human Capital Optimization: Development of specific structures to leverage the experience, skills, and capabilities of human resources within an organization Strategic Sourcing: Ensures that VA consistently receives innovative, best-in-class products and services from suppliers at the best price. This subsequently allows VA to deliver outcomes that improve the Veteran experience VA Enterprise Program Management Office (EPMO): Support the development and implementation of program management standards, doctrines, methodologies, and best practices with VA s EPMO organization IT Strategy Augmentation and Implementation: Processes and procedures to modify existing IT strategy and prepare for institutional incorporation VA Office of Information and Technology (OI&T) Process Optimization: Review and recommendation of modifications to existing process to drive new capabilities Other Transformational Activities: Other activities as assigned in Enterprise Data Management Office (EDMO), Facilities Management, Managed Services, Cloud Transition and Transformation, IT Operations Transformation, and Data Network Consolidation The Contractor would be expected to provide senior-level personnel to execute the objectives and requirements in Attachment B, CIO Support Requirements. VA currently anticipates the following period of performance: one (1) twelve-month Base Period with four (4) twelve-month Option Periods. RFI Response Instructions NOTE: The capability package must be clear, concise, and complete. VA is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this RFI. In addition to general questions and comments about the requirements in Attachments A and B, please provide the following information: Requested Company Information: Company Name CAGE/DUNS Number under which the company is registered in SAM/VetBiz.gov Company Address Point of contact name Telephone number Email address For Service-Disabled Veteran Owned Small Business (SDVOSB)/Veteran Owned Small Business (VOSB) concerns, indicate whether at least fifty percent (50%) of the cost of performance incurred is planned to be expended for employees of your concern or employees of other eligible SDVOSB/VOSB concerns. Do you plan to Prime or be a subcontractor? Can your company independently provide the entire range of requirements? If not, which requirements cannot be met and describe teaming arrangement to meet all the requirements. Provide a brief summary describing your company s available solution (business and technical) to meet the requirements, to include: Number of current contracts, including, contract dollar value, where similar services are provided Geographic locations (indicate those that you would recommend to provide service to the VA) Indicate whether your solution meets all the capabilities identified above (Scope of Work). If not which capability cannot be met with business process outsourcing solution. Identify alternative approaches to meeting the capability if available. Recommended Labor Categories: Based on an understanding of the requirements in Attachments A and B, suggest a non-binding labor rate to provide the services in Attachment C, Labor Categories. Consider the use of the labor categories in Attachment C, or suggest more appropriate categories. Recommended Service Level metrics, targets and measurement windows for current financial management activities and CIO Support requirements. Review and provide comment on the service level metrics in Attachment D, Service Levels. Provide a list of information that your company would need to receive from VA in the RFP to appropriately determine the best solution, and provide pricing. If you have operated as a prime contractor in providing accounting or financial management and advisory support to a Chief Financial Officer or Comptrollers Offices for organizations who have 500+ employees and annual budgets exceeding $1 billion: Provide a case study (one page) that describes how you provided actionable insights, to improve a business process, by implementing data analytics and/or analytical tools for a client. Indicate the percentage of work that was performed by your company as the prime contractor for this case study. Provide a case study (one page) that describes how you worked with a client s portfolio (asset) management office(s) to either develop or improve performance measures to gauge the portfolios status & health. Indicate the percentage of work that was performed by your company as the prime contractor for this case study. Provide a case study (one page) that describes how your company implemented a tiger team on behalf of a client to quickly perform a study or assessment (e.g., cost implications/impacts, risks, alignment to strategic objectives) of a current program or an emerging initiative. Indicate the percentage of work that was performed by your company as the prime contractor for this case study. Provide a case study (one page) that describes how your company provided technical and organization support for all the phases of an internal control assessment cycle (from development of assessment to reporting of results) for a client. Indicate the percentage of work that was performed by your company as the prime contractor for this case study. Provide a case study (two pages) that describes how your company provided end-to-end services to support a client s execution of the Planning, Programming, Budgeting and Execution (PPBE) process. Indicate the percentage of work that was performed by your company as the prime contractor for this case study. Provide a case study (one page) that describes how your company delivered process improvement or process optimization to the entirety or one phase of a client s PPBE process. Indicate the percentage of work that was performed by your company as the prime contractor for this case study. Provide a list of clients that you have successfully implemented and supported as a prime contractor. The client s scope, size, and complexity volume must be similar to VA. Broadly indicate financial management & reporting, accounting and auditing, or advisory support provided. If you have operated as a prime contractor in providing Information Technology transformational, strategic, multi-year planning support to Chief Information Officers, Chief Information Security Officers, Chief Technology Officers and their direct reports, for IT departments who have 4000+ employees and annual budgets exceeding $3 billion: Provide a case study (two pages) that describes how you supported the transformation out of legacy for IT operations of similar scope and size to the VA. Indicate the before and after results, how success was measured, and the key risks/issues that were addressed. Indicate the percentage of work that was performed by your company as the prime contractor for this case study. Provide a case study (one page) that describes how you worked with a client s cybersecurity office to identify and drive systemic, measurable improvement. Indicate the percentage of work that was performed by your company as the prime contractor for this case study. Provide a case study (two pages) that describes how your company delivered IT operational process improvement or IT operational process optimization that was developed and implemented across an IT Organization of over 8,000 people and/or $4 billion budget. Indicate the percentage of work that was performed by your company as the prime contractor for this case study. Provide a list of clients that you have successfully implemented and supported as a prime contractor. The client s scope, size, and complexity volume must be similar to VA. Include the contract size, and broadly indicate cybersecurity, strategic sourcing, IT transformation or strategic support, or CIO advisory support provided. The Technology Acquisition Center (TAC) point of contact for this RFI is Contract Specialist, Michael Frank, Michael.Frank@va.gov and Contracting Officer, Iris Farrell, Iris.Farrell@va.gov. Responses are requested no later than 3:00PM EST on Friday, May 26, 2017, via email to Michael.Frank@va.gov, and iris.farrell@va.gov. All responsible sources may submit a response which shall be considered by the agency. The maximum file size to be submitted via email is 5k. Please note VA118-17-N-2115 in the subject line of your response WARNING:   Please do not wait until the last minute to submit your responses!   To avoid submission of late responses, we recommend the transmission of your response file 24 hours prior to the required response due date and time.   Please be advised that timeliness is determined by the date and time an Offeror s response is received by the Government not when an Offeror attempted transmission. Offerors are encouraged to review and ensure that sufficient bandwidth is available on their end of the transmission. All proprietary/company confidential material shall be clearly marked on every page that contains such.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9f98a8cae84b27f1b172bfa2aa68dfb7)
 
Document(s)
Attachment
 
File Name: VA118-17-R-2115 VA118-17-N-2115.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3495223&FileName=VA118-17-R-2115-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3495223&FileName=VA118-17-R-2115-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04506738-W 20170514/170512234759-9f98a8cae84b27f1b172bfa2aa68dfb7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.