Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
DOCUMENT

R -- Digital Center Draft RFP - Attachment

Notice Date
5/19/2017
 
Notice Type
Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Veterans Affairs;Office of Acquisition Operations;Technology Acquisition Center - Austin;1701 Directors Blvd, Suite 600;Austin TX 78744
 
ZIP Code
78744
 
Solicitation Number
VA118A17N0310
 
Response Due
6/2/2017
 
Archive Date
8/1/2017
 
Point of Contact
Richard Melton
 
E-Mail Address
1-4479<br
 
Small Business Set-Aside
N/A
 
Description
Draft Request for Proposal RFI Number: VA118A-17-N-0310 Draft Request for Proposal Description and Questions DIGITAL CENTERS This Draft Request for Proposal (RFP) is a follow-up to Request for Information (RFI) VA118A-17-N-0168 and the VA Digital Centers industry day held on April 5, 2017. Based on industry feedback through RFI responses, questions at industry day, and one-on-one follow-up sessions, VA has adjusted its strategies for the Digital Center requirements. A summary of the updated VA strategy for Digital Centers is below: VA will solicit for two Digital Centers; one (which this draft RFP pertains to) will include development as well as sustainment of the applications the contractor performs development work on. The second (which will be sustainment only) will be a separate acquisition. VA anticipates issuing a separate draft RFP for the sustainment-only Digital Center in June 2017. The Development/Sustainment Digital Center referenced in this draft RFP will be a proof-of-concept. The Digital Center will support 3-4 applications only, will require the contractor to provide development services for those 3-4 applications, and will require the contractor to provide sustainment support for those 3-4 applications. The Period of Performance (PoP) for the Development/Sustainment Digital Center will be two years. VA will not mandate that a contractor s Digital Center be physically located in a specific location. VA will require that the contractor have a pre-existing, established Digital/Development Center and prior experience with Agile development/procurement. A new RFI number is issued due to the changes in the requirement. This Draft RFP is being issued to conduct market research to determine the capabilities of available Contractors interested in providing the requirement described herein and to permit industry the opportunity to provide feedback and inputs on various elements of this requirement. This Draft RFP does not guarantee the issuance of an official RFP. However, if an RFP is issued, VA will follow the Contracting Order of Priority in accordance with Veterans Affairs Acquisition Regulation (VAAR) Part 819.7004. Based on responses to this Draft RFP, if multiple SDVOSBs, VOSBs, HUBZones, or other small businesses are determined to likely be capable of providing the full requirement, VA will issue an RFP as a set-aside or as fair opportunity to the applicable socioeconomic category. Therefore, it is important for small businesses to respond to help VA determine capabilities. An acquisition strategy has not yet been finalized and all contract vehicles, including T4NG, are being considered. If interested in responding to a future RFP for this requirement, please provide responses to the following questions, following any specific guidelines within the questions themselves. See the associated Draft RFP for background overview, objectives and scope. Email Draft RFP responses to Richard Melton at richard.melton2@va.gov by Friday, June 2, 2017, at 11:59pm EST. Questions: Along with the associated Draft RFP and its attachments, provide complete responses to the following questions: Provide 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 50 percent 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 be the Prime or to 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 of the requirements. List any existing federal contracting vehicles you are currently listed as a prime under in which these services are within scope. Include the respective agency. Provide a brief summary describing your company s available Agile methodology-based solution (business and technical) to meet the requirements, to include: Number of Clients supported Number of Development Centers Number of developers per Development Center Names of technologies used/supported/managed Names of SaaS technologies supported/managed Geographic locations of the Development Centers (city and state). Indicate those that you would recommend to provide service to the VA. Indicate whether your solution meets all of the capabilities identified in the SOO. If not, which capability cannot be met with your existing Development Center solution? Identify alternative approaches to meeting the capability, if available. Choose one to develop a brief Case Study (no more than one page) that can demonstrate Supplier s Agile expertise (look at SBA evaluation document). What are your company s processes to satisfy the requirements for adherence to schedule, agility, flexibility, responsiveness, scalable and reliability, service quality and consistency, and continuous improvement? Indicate any market-leading capabilities that uniquely qualify your company for this opportunity not discussed above. Provide a list of the clients for whom you have successfully implemented and supported software development as a prime vendor. The client s scope, size, and complexity volume should be similar to this requirement.  Include Development Center usage (e.g. number of projects, applications, Sprints, etc.), number of resources and technology supported. If you have operated as a prime vendor in providing a Development Center Solution: Provide a case study (no more than one page), that describes how you implemented and transitioned a client to your Development Center. The client scope, size, and complexity volume must be similar to the VA.   Indicate the percentage of the work that was performed by your company as the prime vendor in this case study. Provide a case study (no more than one page), that describes how coordinated and integrated the support with the client s Operations (Production) team. The client scope, size, and complexity volume must be similar to the VA.   Indicate the percentage of the work that was performed by your company as the prime vendor in this case study. Draft RFP Questions: Provide Application methods and practices (Application methods and practices support primarily refers to the support of the development, enhancement, and communication of the application or conforming to current application VA Standards). Describe your current operating procedures to manage Development Centers Agile and Sustainment work (Talk about entire life cycle (include tools, testing, UAT, onboarding, etc.). What type of infrastructure environment do you implement in the multi-client environment, and how is that accomplished? What processes and procedures do you use to promote code (i.e. development to QA to Staging to Production)? Is the period of performance sufficient to deliver desired functionality? How many simultaneous Scrum teams will be required during this period? At this time, we do not want any pricing for this effort. The pricing structure provided is very flexible. Would you require any additional information regarding pricing structure, or do you have any additional recommendations for the pricing structure? Provide feedback and recommendations on this and/or alternative pricing structures that are appropriate for the effort. Do you agree with the SLAs and/or have recommendations? Do you agree with Evaluation criteria and/or have recommendations? Is there any other information that you would require in order to respond with a complete and accurate proposal upon issuance of the official RFP? This Draft RFP is issued solely for information and planning purposes - it does not constitute a request for proposal or a promise to issue an RFP in the future. This request does not commit the Government to contract for any supply or service whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Draft RFP; all costs associated with responding to this Draft RFP will be solely at the interested vendor's expense. Not responding to this Draft RFP does not preclude participation in any future RFP, if any is issued. Any information submitted by respondents to this Draft RFP is strictly voluntary. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6ca62da4357b8bc6c3dee429727ca900)
 
Document(s)
Attachment
 
File Name: VA118A-17-N-0310 VA118A-17-N-0310.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3512932&FileName=VA118A-17-N-0310-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3512932&FileName=VA118A-17-N-0310-000.docx

 
File Name: VA118A-17-N-0310 P02 - Cover Page and Instructions.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3512933&FileName=VA118A-17-N-0310-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3512933&FileName=VA118A-17-N-0310-001.docx

 
File Name: VA118A-17-N-0310 P02 - Draft RFP Description and Questions 02.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3512934&FileName=VA118A-17-N-0310-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3512934&FileName=VA118A-17-N-0310-002.docx

 
File Name: VA118A-17-N-0310 P02 - DRAFT_Pricing Response Spreadsheet_v1.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3512935&FileName=VA118A-17-N-0310-003.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3512935&FileName=VA118A-17-N-0310-003.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04515588-W 20170521/170519234702-6ca62da4357b8bc6c3dee429727ca900 (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.