Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2017 FBO #5747
DOCUMENT

D -- TAC-18-46534 Robotic Process Automation RFI - Attachment

Notice Date
8/16/2017
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11817N2474
 
Response Due
8/23/2017
 
Archive Date
11/30/2017
 
Point of Contact
Kimberly Flynn, Contract Specialist
 
E-Mail Address
5-1108<br
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 4 REQUEST FOR INFORMATION (RFI) INTRODUCTION THIS IS NOT A SOLICITATION. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation; therefore, do not submit a proposal. There is no obligation for the Government to acquire any products or services described in this RFI. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs (VA), Financial Services Center (FSC) in developing its acquisition strategy and Performance Work Statement (PWS). Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. Only electronic responses to this RFI will be accepted. The Government will not pay for any time expended or information submitted in response to this RFI. BACKGROUND VA-FSC provides financial services to customers within VA as well as other federal Government agencies. VA-FSC currently utilizes business process management (BPM) software to develop applications in support of the financial services offered to customers. VA-FSC seeks to add Robotic Process Automation (RPA) capability to its BPM suite. REQUIREMENT The vendor shall provide RPA software that integrates with the VA-FSC BPM software suite. A RPA is a software program that can be deployed in an unattended or collaborative manner. The software lets you deploy robots to the desktop as a personal robot allowing human and robot interactions to run within the same environment. The current BPM software suite that is in use at the VA-FSC is built on the Pega 7 Platform and uses the Pega BPM suite of tools. The required RPA toolset would need to seamlessly integrate into the existing software and be able to be configured to work with existing Pega 7 applications in use at the FSC. The software application would also need follow-on maintenance and technical support to include software troubleshooting conducted via email, virtual webinar, or telephone as the primary means of  availability 365 (366 leap year)/24/7.   Any software solution that is proposed would need to be completely compliant with Section 508 of the Rehabilitation Act of 1973. QUESTIONS AND CRITICAL CONSIDERATIONS FOR INTERESTED CONTRACTORS In accordance with Federal Acquisition Regulations 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any contract that may be awarded will not be based on information received or derived from this RFI, but rather on the outcome of a subsequent competitive process. It is requested that all vendors interested in participating in this effort note their interest by responding to the areas identified in the Company Details", "Capabilities Statement, and General Questions sections below. Company Details The page limit for responses to this section is 2 pages. Provide point(s) of contact information (name, email address, address, telephone, and fax numbers). Identify if your company is any of the following business concern statuses (include all that apply) based upon the applicable North American Industrial Classification System (NAICS) code of 541611 Administrative Management and General Management Consulting Services: Small Business (SB); Certified Small Business Administration (SBA) 8(a) firm; Small Disadvantaged Business (SDB); Service-Disabled, Veteran-Owned Small Business (SDVOSB); (1) Is your company registered and verified as a SDVOSB in the Vendor Information Page (VIP) database. Veteran-Owned Small Business (VOSB); (1) Is your company registered and verified as a VOSB in the VIP database. Economically Disadvantage Women-Owned Small Business (EDWOSB) Woman-Owned Small Business (WOSB); Historically Underutilized Business Zone (HubZone) Small Business; Large Business If in responding to this RFI you believe another NAICS code should be applicable, please identify the NAICS code you consider appropriate for this effort, along with detailed supporting rationale. The Small Business Size Standard for this NAICS code is $15.0 million in annual receipts. For more information refer to http://www.sba.gov/. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances or other business arrangements. Small businesses are encouraged to identify teams whereby each team member is considered small business based upon the proposed NAICS code of 541611 to support set-aside considerations. Capabilities Statement The page limit for responses to this section is 10 pages. Provide a brief summary of your technical approach. List labor category(ies) your company would provide to perform services. Provide fully-burden rates for a one-year base period for each labor category listed in item 2 above. Is your company capable of providing a compressed work schedule (CWS) (Hours for the CWS shall encompass 9 hours per day for 6 days, 8 hours for 1 day, and one day off; total 80 hours every two weeks)? Are there labor categories which would not allow for CWS? (Yes /No; if Yes, please indicate the labor category(ies)) Is your company capable of allowing employees to telecommute in the performance of Government contracts? (Yes/No) If yes, provide telecommute approach to ensure all tasks and objectives are met, including how to access Government Information Technology systems and approach to protecting Personal Identifiable Information (PII) and Private Health Information (PHI). Is there a reduced/increased cost for CWS and/or Telecommute? (Yes/No; if Yes, please indicate if the cost is reduced/increased for CWS and/or Telecommute and percentage ) Is your company able to provide personnel within the Austin, Texas geographic area? (Yes/No) Does your company have experience working with AbilityOne? (Yes/No) List current/past Government-wide Acquisition Contracts (GWACs), General Services Administration (GSA) Federal Supply Schedule (FSS) contract vehicles, etc., your company provides/provided for data analytics support services or similar in nature, including contract numbers, contract title, description, end date, and award amount; List current/past open market contract numbers of service your company provides/provided for data analytics support services or similar in nature, including contract title, description, end date, and award amount; General Questions The page limit for responses in this section is 3 pages. RESPONSE SUBMISSION Please submit responses via email to Contract Specialist, Kimberly Flynn at Kimberly.Flynn1@va.gov by 3:00 PM Eastern Time, Wednesday, August 23, 2017. VA reserves the right to not reply to any emails, responses, and/or materials submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a152e16d8599398c6eeffe4d1da6822a)
 
Document(s)
Attachment
 
File Name: VA118-17-N-2474 VA118-17-N-2474.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3736392&FileName=VA118-17-N-2474-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3736392&FileName=VA118-17-N-2474-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04632362-W 20170818/170816232733-a152e16d8599398c6eeffe4d1da6822a (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.