SOURCES SOUGHT
D -- Enterprise Testing Service Support Services
- Notice Date
- 1/18/2019
- Notice Type
- Synopsis
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- 36C10B19Q0166
- Response Due
- 1/31/2019
- Archive Date
- 4/1/2019
- Point of Contact
- 732-795-1114
- Small Business Set-Aside
- N/A
- Description
- Request for Information Enterprise Testing Service Support Services Recompete 3 Request for Information Enterprise Testing Service Support Services January 18, 2019 Introduction: This is a Request for Information (RFI) only issued for the purpose of conducting market research. Accordingly, this RFI constitutes neither a Request for Proposal (RFP) nor a guarantee that one will be issued by the Government in the future; furthermore, it does not commit the Government to contract for any services described herein. Do not submit a Proposal. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals or quotes, and therefore, will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested or, reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing its acquisition strategy and Performance Work Statement (PWS). Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. This is a request for information and does not obligate the Government in any way, nor does it commit the Government to any specific course of action. Enterprise Portfolio Management Division (EPMD) under the VA Office of Information and Technology (OIT), Enterprise Program Management Office (EPMO), manages portfolios central to OIT Enterprise Strategy by integrating OIT programs and projects into four business-focused portfolios (1. Health, 2. Benefits, Appeals, and Cemeteries, 3. Corporate, 4. Enterprise Services) supported by an applications management office to cultivate VA s software development, testing, and 508 efforts. Enterprise Testing Service (ETS) is a member of application management. As the VA champion for IT quality and testing, ETS provides test environments and services enabling Electronic Health Record Modernization (EHRM) and OIT program and project managers to deliver and deploy stable, high quality information technology solutions on-time and within budget. The Government is looking for a Contractor to provide support in the areas of testing of software (to include performance and system-of-systems integration testing); infrastructure, environments, and operations of the ETS Test Center (ETSTC) and ETS cloud; and continuous quality process management support. ETS requires specific services during the period of performance to support all areas of daily operations. This work includes testing VA applications in support of VA modernization initiatives, including but not limited to EHRM, Financial Management Business Transformation, Defense Medical Logistics Standard Support system, and other Government-off-the-shelf and COTS applications. The required services also involve testing-related activities associated with Legacy VistA (Mumps, Delphi), modernized applications (Java/Oracle, Microsoft.Net/SQL), and other middleware and custom interface and data exchange systems. While ETS may cover any application in this arena, primary focus is on modernization initiatives, data migration, major system interoperability, and data exchange applications while concurrently supporting testing activities during the transition from VA legacy systems. Responses: Please submit the below requested information by 12:00PM EST on January 31, 2019 via email to Brandon Caltabilota, Contract Specialist at Brandon.Caltabilota@va.gov. VA reserves the right to not respond to any, all, or select responses or materials submitted. All VA current requirements identified herein are subject to change at any time. If you experience any problems or have any questions concerning this announcement, please contact Brandon Caltabilota at Brandon.Caltabilota@va.gov, 732-795-1114 or Juan Quinones at juan.quinones@va.gov, 732-440-9714. VA appreciates your time and anticipated response. As part of your RFI response, please provide the following information: General Include the following identification 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 VA anticipates that this effort would fall within North American Industry Classification System (NAICS) Code 541511, Custom Computer Programming Services, which has a size standard of $27.5M. Are you a small or large business under NAICS 541511 ($27.5M)? If you believe there is a more appropriate NAICS code, please provide that to the Government with your rationale. Identify existing contract vehicles (GSA, T4NG, etc.) in which you are a contract holder that can be utilized to procure these services. With respect to the subject effort, would you be the prime contractor? As the Prime Contractor, what tasks under the DRAFT PWS would your company perform? If a small business, what type of small business are you? Are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and with subcontracting limitations in 13 CFR 125.6 in execution of this effort? Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the testing services to be performed under this effort. ______ YES _______ NO (if No, answer question 7) If NO, please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost effective effort. Capability Statement Please submit a capability statement describing your company s ability to meet the requirements in the attached draft PWS. The capability statement shall be limited to 15 pages and address the questions below. If you are partnering to provide your proposed solution, define and describe the specific roles each partner will carry out (e.g. Project management, test and evaluation, implementation support, Quality Assurance, customer support, etc.). Please provide a labor breakout (labor categories, labor hours) for each task delineated in the PWS. Provide a Rough Order of Magnitude estimate for a 12-month base and four 12-month option periods with firm-fixed-price optional tasks that will cover increased workloads to address surges in requirements, shifts in schedules or unexpected time constraints. As a prime contractor, have you or are you currently performing testing services at the level of complexity and size and scale of the Department of Veterans Affairs; and if so, for each reference, provide the agency points of contact, contract number, dollar value, contract vehicle, and a description of the work conducted by your firm? Are you familiar with VA modernization initiatives such as EHRM, Financial Management Business Transformation (FMBT), Defense Medical Logistics Standard Support (DMLSS) system, and other Government-off-the-shelf (GOTS) and COTS applications? What testing tools are you familiar with, or what testing tools do you think would provide benefit to the testing requirements in the ETS Services PWS? Please provide a summary of your experience with testing in a DevOps model. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JAN-2019); 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/eda6b41ef6078be4bad3046bd38815ee)
- Record
- SN05198458-F 20190120/190118230012 (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 |