Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 30, 2024 SAM #8159
SOURCES SOUGHT

R -- FMBT Systems Integrator (VA-25-00000401)

Notice Date
3/28/2024 10:36:55 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B24Q0307
 
Response Due
4/15/2024 8:00:00 AM
 
Archive Date
05/15/2024
 
Point of Contact
Angel Santos, Contract Specialist, Phone: 848-377-5096
 
E-Mail Address
Angel.Santos2@va.gov
(Angel.Santos2@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 5 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 SUBJECT* FMBT Systems Integrator (VA-25-00000401) GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 07724 SOLICITATION NUMBER* 36C10B24Q0307 RESPONSE DATE/TIME/ZONE 04-15-2024 11AM EASTERN TIME, NEW YORK, USA ARCHIVE 30 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE PRODUCT SERVICE CODE* R499 NAICS CODE* 541519 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Technology Acquisition Center 23 Christopher Way Eatontown NJ 07724 POINT OF CONTACT* Contract Specialist Angel Santos Angel.Santos2@va.gov 848-377-5096 PLACE OF PERFORMANCE ADDRESS POSTAL CODE COUNTRY ADDITIONAL INFORMATION AGENCY S URL URL DESCRIPTION AGENCY CONTACT S EMAIL ADDRESS EMAIL DESCRIPTION DESCRIPTION Department of Veterans Affairs (VA) Financial Management Business Transformation (FMBT) Office of Management (OM) Request for Information (RFI) Introduction This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the government as to the ultimate acquisition approach. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The purpose of this RFI is to identify qualified vendors, who are able to meet Department of Veterans Affairs (VA) requirements for Financial Management Business Transformation Systems Integrator Services. Any contract/order that might be awarded based on information received or derived from this market research will be the outcome of the competitive process. The purpose of this RFI is to obtain market information on capable sources of supply, industry best practices, and input specific to the information provided. The Government is not responsible for any cost incurred by industry in furnishing this information. All costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP), if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions will become Government property and will not be returned. Interested vendors are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. RFI Response Instructions NOTE: The capability package must be clear, concise, and complete. VA is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this RFI. All responsible sources may submit a response in accordance with the following: All proprietary/company confidential material shall be clearly marked on every page that contains such. Provide Company Information: Company Name CAGE/ Unique Entity ID under which the company is registered in SAM.gov Company Address Point of contact name Telephone number Email address Company Business Size and Status For VOSB and SDVOSBs, proof of verification in VetCert (https://veterans.certify.sba.gov/). NAICS code(s) 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. Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) must indicate whether at least 50% of the cost incurred would be expended for prime employees or employees of other eligible SDVOSB/VOSB firms. This should also include the prime planned percentage and if under 50%, the names of the potential team members that may be used to fulfill the 50% SDVOSB/VOSB requirement. Brief summary describing your company s technical approach to meeting the requirements, to include; Does the draft PWS 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. Considering VA is currently utilizing Momentum licensing, if your company is capable of providing the services in the PWS but not the licenses, please indicate that in your RFI response. Is your organization capable of meeting all the technical and functional requirements that encompass the requirement in the Draft PWS? If NO , please provide the relevant section and/or sub-section within the requirement as well as the rationale on why your organization is unable to meet those specific technical and/or functional requirements. Describe your organization s experience as prime contractor, of successfully delivering Momentum implementation in a simultaneous transformation of multiple functions (e.g. acquisitions, financial management, human resources) at a Federal Cabinet Level Agency, within the United States. Include information to support a comparison to FMBT such as the client organization name, approximate number of affected users/stakeholders, duration of support, and support team size. Oversight or program audit-type roles such as Independent Verification and Validation (IV&V) are not appropriate experiences. Program management support (PMO) roles are also not appropriate experiences. Describe your organization s experience as prime contractor, of successfully delivering Operations and Maintenance support with multiple functions (e.g. acquisitions, financial management, human resources) at a Federal Cabinet Level Agency, within the United States. Include information to support a comparison to FMBT such as the client organization name, approximate number of affected users/stakeholders, duration of support, and support team size. Oversight or program audit-type roles such as Independent Verification and Validation (IV&V) are not appropriate experiences. Program management support (PMO) roles are also not appropriate experiences. Given the size and scope of the PWS, how would you staff sufficient contract resources to ensure appropriate functional and domain knowledge and understanding of how that function is the adapted to the unique attributes of the VA and its stakeholders? If your response includes consideration of a multi-company team, approximately what percent of the staffing would you fill with prime contractor W-2 employee resources? If your company is a Small Business, also include the following: The intent and ability to meet set-aside requirements for performance of this effort. Information as to available personnel and financial resources to support a requirement of this magnitude. Information as to proposed team members, the percentage of work each is to perform and which PWS requirements would be subcontracted. Responses to this RFI shall be submitted electronically by 11:00 AM Eastern Standard Time, April 15, 2024 via email the Technology Acquisition Center (TAC) point of contact Contract Specialist, Angel Santos, angel.santos2@va.gov and Contracting Officer, Kendra Casebolt, Kendra.Casebolt@va.gov. WARNING: Please do not wait until the last minute to submit your responses! To avoid submission of late responses, we recommend the transmission of your response file 24 hours prior to the required response due date and time. Please be advised that timeliness is determined by the date and time an Offeror s response is received by the Government not when an Offeror attempted transmission. Offerors are encouraged to review and ensure that sufficient bandwidth is available on their end of the transmission. No more than 10 pages (excluding transmittal page) VA will not be able to grant any extensions to this RFI. See attached document: PWS Draft v1.0 - 36C10B24Q0307.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3661181028d446daa726c1837019809a/view)
 
Record
SN07013345-F 20240330/240328230049 (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.