SOURCES SOUGHT
D -- Artificial Intelligence (AI) Program and Governance Support (VA-25-00009400)
- Notice Date
- 10/3/2024 4:17:33 PM
- 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
- 36C10B25Q0021
- Response Due
- 10/10/2024 9:00:00 AM
- Archive Date
- 11/09/2024
- Point of Contact
- Michael Berberich, Contract Specialist
- E-Mail Address
-
michael.berberich@va.gov
(michael.berberich@va.gov)
- Awardee
- null
- Description
- This is a Request for Information (RFI) only. Do not submit a quote. This RFI is for planning purposes only and shall not be considered a Request for Quotation. 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 quotes or the authority to enter into negotiations to award a task order. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the VA in developing its acquisition strategy. 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. OCTO now serves a dual purpose as the VA Office of the Chief Artificial Intelligence Officer (OCAIO). The mission of OCAIO is to deliver world-class AI-enabled IT products and services to VA and Veterans. AI instituted in a responsible manner has enormous potential to benefit Veterans, VA healthcare providers, and VA employees. Our vision is to prepare VA to leverage AI tools for enhancing the services it provides to Veterans, driven by a commitment to transparency, accountability, and compliance with federal standards. The Government requests Industry to review and provide commentary on the attached Draft Performance Work Statement for Artificial Intelligence Program and Governance Support. The Government intends to review RFI responses to exchange information and improve industry s understanding of the Government requirement and the Government s understanding of industry capabilities. This will allow potential offerors to judge whether or how they can satisfy the Government s requirements and enhance the Government s ability to obtain quality supplies and services. Submittal Information: All responsible sources may submit a response in accordance with the below information. As part of your market research response, please provide a submission that is no more than 6-pages detailing similar work experience to that of the Artificial Intelligence Program and Governance Support Performance Work Statement (PWS). Specifically, the work example(s) should be similar in scope and complexity. The complexity of this effort stems from the need to manage, operationalize, and implement a governance process that not only assesses safety impacting and rights impacting issues in AI use cases but also offers actionable remediation strategies when appropriate. The work example(s) provided in the submission should demonstrate the following: Ability to manage and implement a framework for AI governance that meets all the federal requirements for reporting and monitoring and contains both quantitative and qualitative measures for impact. Ability to deliver risk assessment and mitigation plans for AI use cases that are found to not be in compliance. Ability to architect and standardize a solution to streamline the AI governance process, both from the Use Case owner (submitter) and reviewers. Ability to operationalize requirements for AI Governance set forward by VA s AI Governance Council (AIGC) or AI Policy Working Group (AIPWG). Ability to quickly adapt to changes in regulation (both internal and external) that may affect the governance process. Ability to provide expert support in the form of policy analysts and reviewers to review use cases in accordance with the governance processes set forth, specifically in the areas of AI governance, data security, and privacy. Company culture consistent with the digital service working principles (see PWS 4.7) This support may include potential organizational conflicts of interest given the vendor s access to procurement sensitive and/or proprietary information on AI products and services being implemented within VA. This may cause the winning vendor to be disallowed from competing on future VA requirements that include AI. Would this be an issue for you, how would you mitigate such conflicts during performance of the contract? Interested vendors shall provide constructive comments and/or feedback regarding the following elements of the proposed procurement: Proposed contract type Schedule Industry to propose a CLIN/Price structure Industry to propose the Team level of effort and labor categories Feasibility of the requirement, including performance requirements Performance Work Statement (specify by paragraph number or label as a general comment when appropriate) Deliverables Data requirements Any other industry concerns, comments, or questions Interested Vendors shall provide the following information in the initial paragraph of the submission: Name of Company Address Point of Contact Phone Number Email address Company Business Size and Status NAICS code(s) Socioeconomic data (For VOSB and SDVOSBs, proof of verification in SBA VetCert) If you are a SDVOSB/VOSB, are you able to comply with VAAR 852.219-73/74 (d), Agreement/LOS certification, in execution of this effort? System for Award Management Unique Identity Identification Number Existing Contractual Vehicles (GWAC, FSS, or MAC), if applicable While not required, artifacts supporting your submission may be submitted to better demonstrate the above. The artifacts can be in addition to the page limit. There are no specific submission requirements other than the page limit, but the Government requests that it not be inundated with marketing materials or peripheral content, and that the submission be readable. Please also provide any questions or comments you may have on the Draft PWS. Please provide your small business status under the following North American Industry Classification System (NAICS) Code: 541519 Other Computer Related Services with a Size Standard of $34 Million. Mark your response as Proprietary Information if the information is considered business sensitive.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/739a4a676e9245c0b5b113d96c0ef860/view)
- Place of Performance
- Address: Contractor Facility
- Record
- SN07233296-F 20241005/241003232524 (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 |