SOURCES SOUGHT
70 -- Microsoft Enterprise Agreement
- Notice Date
- 6/6/2024 8:55:30 AM
- Notice Type
- Sources Sought
- NAICS
- 513210
—
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
- ZIP Code
- 07724
- Solicitation Number
- 36C10B24Q0488
- Response Due
- 6/19/2024 1:00:00 PM
- Archive Date
- 07/04/2024
- Point of Contact
- Kalil O'Neal, Contract Specialist, Phone: 848-377-5261
- E-Mail Address
-
kalil.oneal@va.gov
(kalil.oneal@va.gov)
- Awardee
- null
- Description
- 36C10B24Q0488 Microsoft Enterprise Agreement REQUEST FOR INFORMATION Microsoft Enterprise Agreement Introduction: This is a Request for Information (RFI) only issued for conducting market research. Accordingly, this RFI constitutes neither a Request for Quote (RFQ), Request for Proposal (RFP), nor a guarantee that one will be issued by the Government in the future; furthermore, it does not commit the Government to contract for any services described herein. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals or quotes, and therefore, will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted because of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing its acquisition strategy and Product Description (PD). Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. This is a request for information and does not obligate the Government in any way, nor does it commit the Government to any specific course of action. Product information, brochures, part numbers, and/or other description information may be included with the submission. Requirement: The Department of Veterans Affairs (VA) has maintained a continuous award of Enterprise Agreements for Microsoft products since 1998. As part of this, the current Microsoft Enterprise Agreement (EA) includes Microsoft professional services and unified support, as well as program management support to assist VA in ensuring appropriate insight and oversight of the EA. The current EA is slated to expire on March 31, 2025. In advance of the renewal of this multiyear agreement, VA has reviewed and revised the requirements and deliverables guiding the professional services, unified support, and program management to maximize its visibility into professional service engagements across the enterprise, better leverage unified support services, and ensure cost efficiencies across VA. Additionally, VA is requesting information on available information for products not currently on its product table. The purpose of this RFI is to gather information and feedback about the current market environment to fulfill VA s requirement for MS professional support services, unified support, and program management in accordance with those stated in the attached documents. OIT is planning a procurement during fiscal year 2025 for the renewal of the existing EA. The attached documents represent excerpts from the Draft Product Description specific to the core professional services and unified support, additional professional services support, and overall EA program management support, as well as the Attachment referenced in those excerpts, including: Attachment 0001 Technology Refresh Product Details Template. The attached excerpts from VA s draft Product Description, along with the referenced Attachment document describes the anticipated professional services and program management requirements for this effort. Please review each document with particular focus on the data ad details requested in responding to the questions. Please also provide the below requested product information, as available. Responses: Please submit responses describing your company s ability to meet the overall requirements described and responses to the questions below. The capability statement shall be limited to 20 pages. Responses to this RFI shall be submitted via email to Matthew.newell@va.gov and Kalil.ONeal@va.gov no later than 4PM EST on June 19, 2024. Provide a brief summary of your technical approach for meeting the PD requirements for Microsoft Enterprise Agreement. Areas of specific interest to the Government are related experience or past performance providing Microsoft Support to organizations of similar size and complexity to VA (limited to two per area and within the past three years) related to the following: Provide feedback on the Professional Services and Program Management requirements excerpts provided and your ability to provide the reporting and management requested, including all information, data elements and recommended report formats. Provide any recommendations on reporting split/shared resources and flex credits across engagements that could support more efficient tracking and reporting. Provide details on availability of various unified support options to support an Enterprise Agreement. For example, Unified Enterprise Support, Advanced and Performance Support, Premier Support, or other available support service. Provide details on how specific features or components of unified support are requested and priced as part of a solicitation. For example, aside from the main unified support SKU, are there specific SKUs or processes available for requesting designated engineering, requesting and identifying quantities of proactive credits, or obtaining enhanced services such as rapid response or mission critical support? Provide information on availability of United States-based Microsoft professional services, for example in support of engagements related to FedRAMP-High products, and any related SKUs or recommended contract language for procuring these. Provide details on available pricing models for Professional Services and Unified Support (e.g., full year, partial year, hourly, etc.), including details on SKUs or other mechanisms available to address pricing increases to unified support costs due to potential product spend increases. Provide details on GitHub products that are available for use in Government Community Cloud (GCC) Moderate, including SKUs, pricing, and billing process (i.e., how are GitHub consumption costs charged and paid). Has the draft PD excerpts and associated attachment provided sufficient detail to describe the technical and functional requirements encompassing the desired support services? ______ YES ______ NO a. If NO , please provide your technical and functional comments/recommendations on each document that may contribute to a more accurate quote submission and efficient, cost-effective solution. Are there any requirements or specifications in the provided documents and attachments that you believe are unachievable by industry or the OEM? If so, please state why. What additional information would be needed to provide a firm fixed price quote for these tasks? Include the following identification information: Name of Company Address Point of Contact Phone Number Fax Number Email address Company Business Size NAICS code(s) Any Schedules held on General Services Administration (GSA), Government-Wide Acquisition Contracts (GWAC) held on the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V, or any other schedule not mentioned above to assist in determining acquisition strategy if you are included in one or more. Please also include Contract Number, expiration date, etc. Socioeconomic data: If a small business, what type of small business are you? Are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and with subcontracting limitations in 13 CFR 125.6 in execution of this effort? Post RFI Phase VA envisions that once RFI responses are reviewed, select responders may be contacted by VA personnel to answer additional questions with respect to the response given. VA retains sole discretion of whether any post RFI discussions are warranted, and which industry partners may be invited to provide additional market research information. Based on market research results, the RFP/RFQ may be made available on GSA , NASA SEWP, and/or SAM.gov. It is the responsibility of interested parties to regularly monitor these Website for updates. The government will not provide hard copies of the solicitation once issued. Interested parties are responsible for monitoring the website and downloading the solicitation, its attachments, and any amendments from the internet site identified above when/if issued. All information regarding the procurement is provided herein, and no additional information shall be provided at this time. OFFERORS ARE ADVISED THAT THIS REQUIREMENT MAY BE DELAYED, CANCELED, OR REVISED AT ANY TIME
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c646604c4d114fd5a8cad86ce702f461/view)
- Record
- SN07089525-F 20240608/240606230127 (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 |