SOURCES SOUGHT
D -- Integrated Colmery Delivery
- Notice Date
- 12/10/2018
- Notice Type
- Synopsis
- 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
- 36C10B19Q0107
- Response Due
- 12/17/2018
- Archive Date
- 2/15/2019
- Point of Contact
- 732-440-9651
- Small Business Set-Aside
- N/A
- Description
- Request for Information Integrated Colmery Delivery This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. The information provided may be used by the VA in developing its acquisition strategy and PWS. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. The North American Industry Classification System (NAICS) for this requirement is 541512 with a size standard of $27.5 million. Please indicate your company size and socio-economic status under this NAICS. Generic capability statements will not be accepted or reviewed. Your response must address capabilities to meet the specific objectives stated in the attached Statement of Objectives (SOO) and must include the following: Provide a summary of your company s technical capability to meet the stated objectives as well as provide responses to the following Schedule: Are the required timelines for completion as stated in the SOO feasible? What risks are associated with meeting the required deadlines? What assumptions would need to be made in order to fully deploy your company s solution for Colmery Act Sections 107 and 501 by October 1, 2019? What assumptions would need to be made in order to enable VA to retroactively compensate Veterans for any payments not made in accordance with all aspects of the Colmery Act no later than June 1, 2020? Technical Solution: Considering there is a Congressional Mandate to meet the timelines stated in the SOO, what is your company s recommended approach for VA: managed service, new IT solution or updating/building from the current system? What does your company believe the risks and benefits will be for each alternative? Assuming VA provides the code base, what are your company s capabilities to build off of current versions of the Long Term Solution (LTS) versions 6.8 or 6.7.2? How would your company incorporate Agile best practices into its performance/delivery? What technology stack would your company s solution leverage? What future potential modernization approaches could your company s solution provide? Pricing: Provide any recommendations for alternate pricing strategies, inclusive of any recommendations for payment structures based on acceptance/completion of solution deliverables, as well as possible schedule incentives. Provide a Rough Order of Magnitude (ROM) for your company s recommended approach to meeting VA s objectives. Discuss any cost/price risks or benefits associated with each of the possible approaches to meet VA s objectives: managed services, new IT solution or updating/building from the current system. General: How many seats at VA facilities for onsite performance would your company recommend be provided in order to successfully execute the Project Management and Business Requirements gathering functions of this SOO? How many GFE laptops and desktops would your company anticipate being provided for successful performance of the objectives? Provide any additional information your company believes is relevant to VA s stated objectives, your company s capabilities and recommendations, and what additional risks VA should consider or address in order to ensure the success performance/delivery of the Colmery Act requirements. Small businesses should include intent and ability to meet set-aside requirements for performance of this effort, if applicable. Has the draft SOO provided sufficient detail to describe the required technical support services. ______ YES _______ NO (if No, answer question c) If NO, please provide your technical and functional comments/recommendations on elements of the draft SOO that may contribute to a more accurate proposal submission and efficient, cost effective effort. Responses are due via email by 10:00AM EST, December 17, 2018 to Sarah.Kuna@va.gov. Contract Specialist: Sarah Kuna, 732-440-9651, sarah.kuna@va.gov Contracting Officer: Dana Newcomb, 732-440-9680, dana.newcomb@va.gov VA will not be able to grant any extensions to this RFI. To that effect, a virtual Question and Answer Session will be conducted via Microsoft Lync and VA Nationwide Teleconferencing System (VANTS) on December 12, 2018 from 1:30PM EST to 3:30PM EST. The agenda will include a briefing on the VBA Education Modernization, question/answer (Q&A) session, and anticipated acquisition schedule. All attendees must register by close of business December 11, 2018 to participate. To register for the virtual Question and Answer session, please complete the Integrated Colmery Delivery Question and Answer Registration Form provided at Attachment 1 and submit it via email to Sarah.Kuna@va.gov. All Question and Answer information will be posted publicly via FBO. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/ea5ef824ff7504d1a791ae5f88769708)
- Record
- SN05170309-F 20181212/181210230019 (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 |