SOLICITATION NOTICE
D -- (VA-23-00029851) PLMS Database Solution
- Notice Date
- 6/21/2023 3:39:02 PM
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
- ZIP Code
- 07724
- Solicitation Number
- 36C10B23Q0101
- Response Due
- 6/28/2023 10:00:00 AM
- Archive Date
- 08/27/2023
- Point of Contact
- Luis Lozada-Santiago, Contract Specialist, Phone: 848-377-5245
- E-Mail Address
-
luis.lozada-santiago@va.gov
(luis.lozada-santiago@va.gov)
- Awardee
- null
- Description
- This amendment is associated with previously issued Request for Information (RFI) 36C10B23Q0101. Veteran Affairs is seeking updated Market Research. The requirements have been updated and final market research is being gathered to determine the Acquisition Strategy. A final amendment shall be posted once the acquisition strategy has been determined. The Department of Veterans Affairs (VA) Technology Acquisition Center (TAC) is seeking information concerning the availability of capable contractors to provide a Commercial Off the Shelf (COTS) Enterprise level, role based, automated application, that performs statistical analysis and enables bi-directional communications for the Pathology & Laboratory Medicine Service (P&LMS). This acquisition seeks to handle the complex issues of modern accreditation model with data driving innovation and performance improvements. The VA PLM Services require a COTS cloud-based Software as a Service (SaaS) solution to manage the lifecycle of Laboratory accreditation and CLIA processes. Additional details for this requirement can be found in the attached Product Description (PD). This is a Request for Information (RFI) only and is limited to ten pages (excluding PD if your response includes PD recommended changes). Do not submit a proposal or quote. 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. If interested, please provide the following: 1. A capabilities statement that addresses the requirements listed in the attached PD. If additional information is required by VA to determine a contractor s capability to provide the full requirement and the economic feasibility of the information provided, additional information may be requested at a later date. Technical questions may be submitted as part of your response. A draft version of the requirement is attached. Please direct all responses to Luis Lozada-Santiago, luis.lozada-santiago@va.gov and Wendy Minch, Wendy.Minch@va.gov. Please include the following identification information Company Name CAGE/UEI Number under which the company is registered in SAM.gov Company Address Point of contact name Telephone number Email address 2. Has the draft PD provided sufficient detail to describe the technical requirements that encompass the services to be performed under this effort? ______ YES _______ NO (if No, answer question below) If NO , please provide your technical comments/recommendations on elements of the draft PD that may contribute to a more accurate proposal submission and efficient, cost effective effort. 3. Any Contract Vehicle of which you are a part of that can be used to acquire your solution as well as the company business size and status for each vehicle as designated by the North American Industry Classification System NAICS 541512, Computer Systems Design Services, and the U.S. Small Business Administration (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). VA anticipates that this effort would fall within NAICS Code 541512. If you believe there is a more appropriate NAICS code, please provide that in your response. 4. If your company is a small business, please confirm that in the solution provided, your company will be performing at least 50% of the work in accordance with the set aside regulations. 5. Is your SaaS Solution currently FEDRAMP Authorized? If yes, what is the FISMA Authorization Level (Low, Med, High)? If no, are you willing to comply with the FedRAMP requirements as detailed in section 2.2 ASSESSMENT, AUTHORIZATION AND CONTINUOUS MONITORING in the accompanying PD? 6. Does your SaaS Solution have a VA Authority to Operate (ATO)? If no, are you willing to comply with the VA ATO requirements as detailed in section 2.2 ASSESSMENT, AUTHORIZATION AND CONTINUOUS MONITORING in the accompanying PD? 7. Please provide a rough order of magnitude estimate for your COTS solution. 8. As part of this market research, after potential solutions are submitted and reviewed, VA may request a follow up. Please advise if your company can support a follow up meeting.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/78ff3486bdb340b88006b8cb0cd48da0/view)
- Record
- SN06722277-F 20230623/230621230114 (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 |