Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2021 SAM #7120
SOURCES SOUGHT

R -- Contract Automation Tool

Notice Date
5/28/2021 9:32:24 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
SAC FREDERICK (36C10X) FREDERICK MD 21703 USA
 
ZIP Code
21703
 
Solicitation Number
36C10X21Q0159
 
Response Due
6/18/2021 7:00:00 AM
 
Archive Date
07/03/2021
 
Point of Contact
Anthony Zibolski, Anthony.Zibolski@va.gov, Phone: 240-215-0598
 
E-Mail Address
Anthony.Zibolski@va.gov
(Anthony.Zibolski@va.gov)
 
Awardee
null
 
Description
36C10X21Q0159 Department of Veterans Affairs Strategic Acquisition Center -Frederick Request for Information THIS IS A REQUEST FOR INFORMATION (RFI) ONLY (as defined in FAR 15.201(e)). This is not a solicitation. Solicitations are not available at this time. Requests for a solicitation will not receive a response. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received, provide feedback to respondents with respect to any information submitted, or respond to any questions or comments that may be submitted in response to this RFI. This notice does not constitute a commitment by the United States Government and does not obligate the Government to award a contract or otherwise pay for the information provided in response. Respondents are solely responsible for all expenses associated with responding to this RFI. The purpose of this RFI is to seek information regarding the attached Draft Statement of Objectives (SOO) and to determine the acquisition strategy and vehicles. Further, the Government is interested in determining whether Small Businesses are interested and capable of performing the work. The agency does not intend to award a contract but rather gather information, capabilities and market information pertinent for acquisition planning. The responses to this RFI will be captured as market research and may contribute to the development of an acquisition strategy. Information provided may be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. All submissions become Government property and will not be returned. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. A. General Information: Information to be provided SHALL include, but is not limited to the following: Contractor s Information: Provide your firms contact information, such as, name and address of firm, phone number and e-mail address, and DUNS number. Type of Business: whether Veteran Owned, Small, Small Disadvantaged, or Large. Experience: Describe a minimum of 1 recent (within the past 3 years) and relevant (similar scope) experience as a contractor (specify prime or sub), where you have supported similar requirements. Indicate contract values and number of employees used in completing the contract tasks. Provide the number of contracts performing similar services, average value of contracts, value of largest contract, average level of effort (in hours), labor categories used, and contact numbers as applicable. Indicate experience working with VA. Describe your firm s capability to perform the Government s objectives. Existing Contracting Vehicles: If the respondent has a GSA FSS contract or another applicable contract, indicate so, and include how your exiting contract is within scope of this requirement and how contract labor categories map to the key personnel labor categories identified in the attached SOO. B. Include any recommendations for the following: 1) Recommendations to improve or clarify the Draft SOO; what information can/should be added to the SOO to facilitate the development of a quality Performance Work Statement (PWS)? What information should be clarified within the Draft SOO? 2) What Government stated operating constraints or technical requirements limit you (the contractor) from developing a unique and innovative technical solution (PWS)? 3) What labor categories would you estimate to be required to execute these tasks? What labor categories are recommended as Key Personnel. Are you able to provide an estimated or historical level of effort to execute these tasks? 4) Any information that may benefit the Government to refine the Draft SOO. 5) Recommendations on the appropriate NAICS code for this requirement. Additional Information on SOOs from acquisition.gov: The SOO is a Performance Based Acquisition requirements document. Statement of Objectives means a Government-prepared document that states the overall performance objectives. It is used in solicitations when the Government intends to provide the maximum flexibility to each offeror to propose an innovative approach. The SOO is a very short document (e.g., under ten pages) that provides the basic, high-level objectives of the acquisition. It is provided in the solicitation in lieu of a government-written performance work statement. In this approach, the contractors' proposals contain performance work statements and performance metrics and measures (which are based on their proposed solutions and existing commercial practices). The intended benefit of using a SOO is to open the acquisition up to a wider range of potential solutions. The proposed performance work statement replaces the SOO at contract award. Responses shall be submitted via email to Anthony.Zibolski@va.gov and Carey.Kauzlarich@va.gov no later than June 18, 2021 at 10:00 AM Eastern. Email subject line shall include 36C10X21Q0159 .
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6c20f3af79a54c2890cdb0db00d6adaf/view)
 
Record
SN06016788-F 20210530/210528230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.