Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
SOLICITATION NOTICE

70 -- NewPay SaaS Solution Procurement Pre-Solicitation Notice - Package #1

Notice Date
5/17/2018
 
Notice Type
Presolicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Center for IT Schedule Operations (QTFA), 1800 F St NW, Washington, District of Columbia, 20405, United States
 
ZIP Code
20405
 
Solicitation Number
47QTCA-18-Q-0001
 
Point of Contact
Raymond McCollum, Phone: 7032982250
 
E-Mail Address
raymond.mccollum@gsa.gov
(raymond.mccollum@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment F BPA Pricing Schedule NewPay SaaS Solution Procurement Pre-Solicitation Notice The Office of Shared Solutions and Performance Improvement (OSSPI) within the Office of Government-wide Policy (OGP) of the U.S. General Services Administration (GSA), in partnership with the Office of Management and Budget (OMB), intend to compete its requirement to modernize the Payroll and Work Schedule and Leave Management (WSLM) ecosystem. The competition will be conducted among holders of GSA IT Schedule 70 contracts, SINs 132-40 and 132-51. The Government expects to award one or more Blanket Purchase Agreements (BPAs) under which orders may be placed directly by participating Federal agencies. The total estimated ceiling for this acquisition is over $2.5 billion dollars. The BPA period of performance is expected to be between 10 and 13 years. The scope includes SaaS solutions and associated support for Payroll ONLY or BOTH Payroll and WSLM. The Government will be seeking Quoters that are able to support either pool: 1.Payroll SaaS solutions and associated support for implementation and integration with other Government systems (e.g., human resources; financial management), and/or 2.Integrated Payroll and WSLM SaaS and associated support for implementation and integration with other Government systems (e.g., human resources; financial management). The acquisition will be conducted using a phased evaluation approach. This synopsis constitutes the Pre-Solicitation Notice and Phase 1 (Screening) of the solicitation process. The Government requests that potential Quoters submit information that will allow the Government to determine their potential as viable competitors. A written response is required in response to this notice. The information that must be submitted in response to this synopsis and the criteria that will be used to make the initial evaluation and resultant award are described below in this document. Each response shall be submitted via GSA eBuy by the date specified in the notice. Responders that the Government considers not to be viable competitors will receive, in writing, the general basis for the Government's findings. The Government will issue the solicitation to only those potential competitors who have met the criteria identified in Phase 1 and who are determined to be viable competitors. The Government expects to release the formal RFQ in June 2018. Responses to this Notice shall be submitted through GSA eBuy at www.eBuy.gsa.gov by the date and time specified. Late responses and responses not submitted through GSA eBuy will not be accepted or evaluated. The electronic time stamp on responses submitted through GSA eBuy shall determine timeliness of submission. Quoter's' viability will be evaluated on Solution Conformance. The Quoter must include an explanation or description of how its offering complies with the criteria specified below: 1.Provides SaaS hosting and pricing models (e.g., subscription based pricing model not purchases of software licenses - see Attachment F - BPA Pricing Schedule); and, 2.Responder is the software publisher or has preferred partner status with the software publisher such that the Government is assured of software publisher's support of the government's implementation, integration, and ongoing software upgrades and innovations; and, 3.Solution maintains a single baseline and is scalable to 2.5+ million users; and, 4.Solution provides flexible interfaces for government use (APIs or other alternatives easily adaptable for government use). Responses shall be submitted on Standard 8.5 x 11-inch paper using Times New Roman, 11 point font, with one inch margins using Microsoft Word. This submission shall not exceed three (3) pages. Prior to responding to this Request for Quote (RFQ), responders shall ensure their current underlying IT Schedule 70 Program contract contains enough options to cover the entire BPA period of performance (PoP).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c3e559e7257212d2e481f9a2de476a20)
 
Place of Performance
Address: GSA HQ, 1800 F Street, NW, Washington, District of Columbia, 20748, United States
Zip Code: 20748
 
Record
SN04926708-W 20180519/180517231106-c3e559e7257212d2e481f9a2de476a20 (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.