SOURCES SOUGHT
D -- IT Modernization PMO-Program Support Services
- Notice Date
- 12/1/2023 1:19:09 PM
- Notice Type
- Sources Sought
- NAICS
- 54151
—
- Contracting Office
- IRS - NEW CARROLLTON LANDOVER MD 20785 USA
- ZIP Code
- 20785
- Solicitation Number
- 5000167530
- Response Due
- 12/11/2023 4:00:00 AM
- Archive Date
- 12/26/2023
- Point of Contact
- MICHELE JOHNSON
- E-Mail Address
-
michele.d.johnson@irs.gov
(michele.d.johnson@irs.gov)
- Description
- IT Modernization PMO-Program Support Services -� Request For Information This announcement is posted as a request for information (RFI) only for an upcoming solicitation that will be posted in SAM.gov.� This request for information is issued to determine whether or not there are qualified sources that will be able to meet the requirements.�� The solicitation will be for Inflation Reduction Act (IRA) Program Management Office (PMO) Support Services. The IT Modernization PMO is responsible for mission-critical legislative implementation support for IRS. With the recent passage of the IRA, the IRS requires support services to stand-up and manage the IT Modernization Program Management Office that is used to manage IRA funded programs, initiatives, capabilities and projects. The IT Modernization PMO organization support will focus on the following activities: Maintain and continuously improve the IT Modernization Program management Office (PMO) and the IRA Program Oversight operating model Perform Portfolio Management via IRA roadmap development and prioritization while continuing to manage new priorities, capabilities, and dependencies. Identify, prioritize, mitigate, and enable necessary Program and Project Management activities (e.g., risk and issue management and mitigation); manage scope, ensure stakeholder engagement via communication plans, perform schedule management, and adhere to accelerated reporting processes to support the IRS. Support development, maintenance, and archive of various artifacts for program/project and audit purposes including but not limited to documenting decisions, risks, issues, and mitigations, schedules, and reports and integration points and dependencies. Integration support between Transformation Strategic Office, Initiative Owners, Program Managers, IT Modernization PMO, IT Divisions and IT Leads in support and identification of potential program/project process improvements to streamline and drive efficiencies in administrative and overhead activities (e.g., demand management, change management, decommissioning, etc.). Transition support for IT Modernization functions and capabilities within IT as designated in the IT Modernization Operating Model and Strategic Operation Plan. Identify ways to gain efficiency within the IT operating model, acquisition process, budget, life cycle delivery, reporting, governance, technical and portfolio integration. Support the planning of change management, process re-engineering, schedule management, reporting, communication strategy and executive briefing support but not limited for improving and accelerating Modernization Portfolio priorities. It is expected that government and contractor teams will work closely with their business partners to define, develop, and manage delivery using DevSecOps and Agile best practices that prioritize and deliver customer and mission value. ___________________________________________________________________ Provide a Company Overview A brief description of your company, to include the following:� Company Information: Company Name: CAGE and Unique Entity ID number under which the company is registered in SAM.gov Company Address: Point of contact name: Telephone number: Email address: For small business concerns, indicate whether at least 50 percent of the total amount paid by the Government will be paid to firms that are similarly situated. Business size status based upon the applicable NAICS code of 541519. Questions Are you currently providing, or have you recently provided, similar services in scope, size and complexity to any government or commercial entity? If so, please provide the agency�s name, contract number and contract value with a description of the work provided. �Which government-wide acquisition contract(s) (GWACs), GSA Schedules or Best in Class (BIC) contracts does your organization hold that may accommodate the work described in the draft Performance Work Statement (PWS)? Please provide the schedule or GWAC number. Are you able to perform 51% or more of the work at the senior and SME levels required, with your own staff that is currently employed by your company? List any existing contracting vehicles you have with GSA that you would recommend for this requirement. Does the draft outline provide sufficient detail to describe the technical and functional requirements that encompass the requirement?� If �NO�, please provide your technical and functional comments / recommendations / questions on elements of the draft outline that may contribute to a more accurate proposal submission and efficient, cost-effective effort. What contract type (Firm Fixed-Price (FFP), Time and Material (T&M), Hybrid FFP & T&M) would you recommend being suitable for the attached PWS requirements and why? Can these services be provided by one contractor under one contract? In your opinion, how long of a transitional period would be necessary to completely transition all the existing applications to a new portal infrastructure with no disruption of service? Are there innovations in this area that the IRS could benefit from and if so what are they? If you have an interest in the upcoming solicitation, please provide a written response to the questions and provide your response to Michele D. Johnson, Contract Specialist, via email at michele.d.johnson@irs.gov by December 11, 2023 at 3:00 pm, Eastern Standard Time (EST). �You are advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0e4c9a51acd34988a79c1845ac967b95/view)
- Record
- SN06900740-F 20231203/231201230051 (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 |