Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2023 SAM #7858
SOURCES SOUGHT

D -- Consolidated Intake of and Processing of Mail (CIPM) (VA-23-00058525)

Notice Date
6/1/2023 7:59:49 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B23Q0322
 
Response Due
6/15/2023 7:00:00 AM
 
Archive Date
07/15/2023
 
Point of Contact
Phillip D Kang, Contract Specialist, Phone: (718) 584-9000
 
E-Mail Address
Phillip.Kang@va.gov
(Phillip.Kang@va.gov)
 
Awardee
null
 
Description
Request for Information Consolidated Intake and Processing of Mail VA-23-00058525 Introduction This Request for Information (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. No funds have been authorized, appropriated or received for this effort. 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. This action may be competed under the Transformation Twenty One Total Technology Next Generation multiple award, indefinite delivery, indefinite quantity contract using fair opportunity procedures in accordance with Federal Acquisition Regulation 16.505. One of the main purposes of issuing this RFI is to determine the availability of Veteran Small Business Certification (VetCert)verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs) that are capable of providing the services identified in the attached Performance Work Statement (PWS) that are not T4NG Contract holders. An SDVOSB/VOSB company that is not VetCert registered and verified (https://veterans.certify.sba.gov/) should not respond to this notice. The North American Industry Classification System (NAICS) for this requirement is 541512 with a size standard of $34 million. 2. Submittal Information: All responsible sources may submit a response in accordance with the below information. There is a page limitation for this RFI of 15 pages. The Government will not review any other information or attachments included, that are in excess of the 15-page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Generic capability statements will not be accepted or reviewed. Your response must address capabilities specific to the services required in the attached PWS and must include the following: Interested Vendors shall at a minimum, provide the following information in the initial paragraph of the submission: -Name of Company and the year in which the company was established/ founded (please list any previous names used). -Address -Point of Contact -Phone Number -Fax Number -Email address -Company Business Size and Status For VOSB and SDVOSBs, proof of verification in VetCert database(http://www.va.gov/OSDBU/index.asp). -NAICS code(s) -Socioeconomic data -Data Universal Numbering System (DUNS) Number -Existing Contractual Vehicles (GWAC, FSS, or MAC) -Specialty Item Number (SIN) SINS that are applicable to this requirement Provide a summary of your capability to meet the requirements contained within the draft PWS for the following areas: A. CAPABILITY AND EXPERIENCE INFORMATION   1. Describe your past approach, experience, and capability (specify prime or sub and number of years of experience) in providing receiving paper mail and converting to electronic images. Please reference sections 5.2 - 5.8 in the PWS.   2. Describe your experience, approach, and capability building a customer facing portal as outlined in section 5.9 in the PWS. Please specify if this capability and experience were as a prime contractor or subcontractor and include years of experience and any related Veterans Health Administration experience.     3. Describe your experience as a contractor (specify prime or sub) within the last two years with creating and providing mail processing solutions.      4. Describe your business s ability to provide key personnel as described in Section 4.7 of the PWS. Please include the length of time individuals have been employed by your organization and the specific project descriptions that provide the relevant experience to meet the requirements. 5. Please describe your approach, experience, and capability in how you will meet the requirements in sections 5.0 -5.13.   6. If selected for contract award, describe how your company will be prepared to meet the requirements of this PWS less than 60 days from the contract award date. 7. Provide an example of your approach, experience, and capability of how your organization has dealt with mitigating low bandwidth/speed issues when a high volume of users, such as, when greater than 100 customers utilize your product simultaneously? What is your system s capacity for what number of simultaneous users (workflow and reporting users) in terms of systems and licensing constraints? Given that some users may be operating from internet bandwidth constrained environments, what is your strategy for delivering an excellent user experience for such bandwidth constrained users? 8. In reference to section 6.1.1, provide a summary of your approach, experience, and capability in management and quality assurance, performing to standards and adhering to metrics. 9. Do you presently have an Authority to Operate in the Veterans Affairs as reference in sections 5.1.5 and 5.9? If not, do you intend to partner with an organization that has an approved Authority to Operation, if so, please elaborate? 10. Describe your approach, experience, and capability in performing, analyzing, and reporting progress/metrics (PWS section 5.1.2 Reporting Requirements, 5.10 Report Generation Capability, and 6.1 Performance Metrics)? 11. Describe your approach, experience, and capability in processing and/or receiving documents that contain Personally Identifiable Information (PII) or sensitive information. What rules and procedures do you follow? 12. Describe your experience working with Veterans Health Administration, other government healthcare, or private sector healthcare industries in providing mail services similar to what is stated in the PWS. 13. Identify your recommendations frequency, duration, and level of complexity of user training for your system? 14. Is your facility NARA certified? If not, do you meet the requirements to become NARA certified?   B DRAFT PWS COMMENTS AND FEEDBACK   1.   Based on your review of the PWS and specific tasks, do you think there are tasks that cannot be adequately performed as fixed price line items?  If so, what items?   2. How would you propose performance metrics and a Quality Assurance Surveillance Plan (QASP), in accordance with the standards in the PWS? Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-10 (NOV 2020) (DEVIATION) VA Notice of Total SDVOSB and 13 CFR §125.6, which states the contractor will not pay more than 50 percent of the amount paid by the Government to it to firms that are not SDVOSBs. Your response shall include information as to available personnel and financial resources; full names of proposed team members and the PWS requirements planned to be subcontracted to them, which must include the prime planned percentage or the names of the potential team members that may be used to fulfill the set aside requirement. Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the software development and production operations support services to be performed under this effort. ______ YES _______ NO (if No, answer question f) 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. Responses are due no later than 10AM EST, 15 June 2023 via email to Phillip Kang, Contract Specialist at Phillip.kang@va.gov and Christopher Minetti, Contracting Officer at Christopher.minetti@va.gov. Please note Consolidated Intake and Processing of Mail in the subject line of your response. Mark your response as Proprietary Information if the information is considered business sensitive. The email file size shall not exceed 5 MB.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/469cf0530d7e40d0b0552dd6e926af8e/view)
 
Record
SN06701939-F 20230603/230601230118 (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.