Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2022 SAM #7537
SOURCES SOUGHT

D -- DocuSign Enterprise Pro w/FedRAMP and Premier Support

Notice Date
7/18/2022 10:31:31 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26022Q0701
 
Response Due
7/29/2022 3:00:00 PM
 
Archive Date
08/13/2022
 
Point of Contact
Amy Kuczajda, Contract Specialist, Phone: 208-429-2018
 
E-Mail Address
Amy.Kuczajda@va.gov
(Amy.Kuczajda@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT SYNOPSIS DESCRIPTION This is a SOURCES SOUGHT SYNOPSIS and is for informational / market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. No reimbursement will be made for any costs associated with providing information in response to this synopsis or on any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose for this synopsis is to conduct market research to help identify capable, potential sources and to establish if this requirement can be set-aside for small business or other socio-economic programs to include: Small Business, 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned, Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB). NAICS Code: 541519 Information Technology Value Added Resellers Small Business Size Standard: 150 Employees PSC/FSC: 7A21 IT and telecom- Business Application Software (perpetual License Software) GENERAL INFORMATION: The Department of Veterans Affairs intends to procure a contract to electronically sign documents securely using a Veteran Affairs Personal Identification Card for the VA Puget Sound Health Care System (PSHCS). The contractor shall provide all labor, materials, supervision, equipment and services required to provide the electronic signature process. The contractor will not have access to sensitive information, storage of sensitive information or generating, transmitting, or exchanging VA sensitive information. Period of Performance: Base Year: 08/28/22 08/27/23 Option Year One: 08/28/23 08/27/24 Option Year Two: 08/28/24 08/27/25 Option Year Three: 08/28/25 08/27/26 Option Year Four: 08/28/26 08/27/27 Salient Characteristics include: eSignature provider must maintain a FedRAMP Moderate authorized platform on its own infrastructure stack, meaning no dependencies on other vendors of cloud providers. FedRAMP moderate is the minimum level to meet the Federal government s requirements for the storage of PII. eSignature provider must support 508 compliance for both senders and signers and must be WCAG 2.0 level AA certified. Platform accessibility support functionality provides all people equal access to and the freedom to interact with eSignature platform s signing application when using assistive or adaptive technologies, in accordance with WAG 2.0 Level AA and U.S. Government Section 508 standards. eSignature provider must operate without planned downtime for maintenance or upgrades resulting in 99.995% availability or better. eSignature provider must operate on a metadata-driven, multi-tenant cloud running on a single code base, which enables every customer to run their organization on the latest release without disruption or downtime. Major upgrades must be delivered 3 times a year on a regular release schedule, at no additional cost and with no planned downtime for customers. Specific Tasks: a. Contractor will provide consulting services in the following areas: i. Feature and functional knowledge of the eSignature product ii. Product and technical knowledge of the eSignature product iii. General guidance and instruction on best practices iv. Project planning and execution in relation to eSignature s proposed project scope v. Assistance in rollout of eSignature solution in Go-Live environment vi. Hands-on configuration within a demo account of the eSignature web application to support the implementation of the initial use cases b. Discovery & Design c. Build & Configure: i. Template Building & Advisory: 1. Includes 6 hours of template building. 2. Includes 6 hours of advisory. ii. System Integration Advisory: Includes 6 hours of system integration/API advisory. d. Test: i. Unit Testing ii. End-to-End Testing Support iii. User Acceptance Testing (UAT) Support e. Train & Knowledge Transfer: Product Training for the Project Team 1. Includes up to 6 hours of DocuSign Basic Training: a. DocuSign Web Console b. DocuSign Template Creation c. DocuSign Bulk Sending 2. Includes up to X hours of DocuSign Advanced Tools Training: a. DocuSign Retrieve b. DocuSign Connect c. DocuSign API Toolkit ii. Administrator Knowledge Transfer Includes 6 hours of Administrator Knowledge Transfer for X users Train the Trainer Training 1. Includes 6 hours of Train the Trainer Training for X trainers a. Migrate & Deploy: Includes 6 hours of deployment support 1. Deployment planning support 2. Go-Live support 3. Technical Support Handoff INSTRUCTIONS TO RESPOND TO SOURCES SOUGHT SYNOPSIS: Any vendor interested and capable of meeting this requirement should provide a written statement to the Contracting Officer. Vendor response must include at a minimum: Name of Business Point of Contact Name, Phone Number, and E-Mail Address CAGE Code and DUNS Number to show proof of registration in the System for Award Management (SAM) https://www.sam.gov Short Description of Capabilities VetBiz Certification Any response to this notice must show clear and convincing evidence of the Vendor s capability of meeting this requirement. Only authorized representatives of the manufacturer will be considered. Please note, responses will be shared within the Government and project team, but otherwise will be held in strict confidence. Interested firms shall respond to this synopsis no later than 4:00 PM Mountain Standard Time on July 29, 2022. All responses shall be submitted electronically to Amy.Kuczajda@va.gov .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d311dfa99253466bbda50a05cbf9bae4/view)
 
Place of Performance
Address: Depatrment of Veterans Affairs VA Puget Sound Health Care System 1660 S Columbian Way, Seattle, WA 98661, USA
Zip Code: 98661
Country: USA
 
Record
SN06392972-F 20220720/220718230102 (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.