Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2009 FBO #2593
SOURCES SOUGHT

D -- VITALS Request for Information Only

Notice Date
12/30/2008
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs, VA Corporate Franchise Data Center, Department of Veterans Affairs Corporate Franchise Data Center, Department of Veterans Affairs;Acquisition Management Section/00D;1615 Woodward Street;Austin TX 78772
 
ZIP Code
78772
 
Solicitation Number
VA-200-09-RI-0074
 
Response Due
2/17/2009
 
Archive Date
4/3/2009
 
Point of Contact
Wayne Miller<br />
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs seeks comments and identification of sources for the Veterans Information Technology Architecture and Long-term Solution (VITALS). The draft statement of objectives and instructions to offerors are for use in soliciting comments only. The Government does not seek nor will it accept offers to perform work in conjunction with this request. Unsolicited offers will be rejected. The statement of objectives and instructions to offers is provided to solicit comments and suggestions on how the Government might improve these documents. Specifically, the Government seeks industry input as to whether or not enough information is provided for offerors to respond with a proposal to an RFP. The Government also seeks suggestions from industry in formulation of evaluation criteria. The VITALS contract and use of a statement of objectives for mission critical IT systems is a significant departure from previous contracting actions. The Government is requesting support from industry to identify meaningful discriminators, by which the Government can base an evaluation and award.The Government will sponsor an Industry Day to present the VITALS initiative. This will be held at the International Trade Center in the Ronald Regan Building in Washington, DC on January 30 from 8:00 - noon (Tentative). The Government will make a formal presentation of its approach, goals, and concepts for the VITALS contract and will the take questions. The Department of Veterans Affairs and the Center for Veterans Enterprise have placed the highest priority on maximizing involvement of service disabled veteran owned businesses and veteran owned business at all levels on contracts awarded by VA. An area will also be provided both during and immediately after Industry Day for vendor networking to encourage identification and partnering between all levels of business with veteran owned businesses desiring to compete for the VITALS contract. Participation in Industry Day will be restricted to three participants from a single company. Companies must pre-register with VA Office of Small and Disadvantaged Business Utilization by contacting Mark Taylor at 202-461-4258. The Government references a Reading Room which has not yet been established. The Government hopes to have this room established and open before Industry Day. Comments in response to this RFI and Sources Sought should be sent to Wayne Miller, Contracting officer, Wayne.Miller6@va.gov VITALS STATEMENT OF OBJECTIVES Scope: This contract will identify and obtain a partner that will augment and support VA by providing a broad range of IT expertise, services and systems to enable VA to better serve veterans. Through this partnership, an IT environment will be implemented across the enterprise that will provide IT capabilities to meet specific requirements for support and operation of user level product identified, implemented, developed and acquired by VA. This includes architecting strategies and solutions for incorporation of new and legacy IT functionalities into this new environment. This contract will provide architecting and integration services for migration, implementation, and operation of IT systems across VA. It will provide support and maintenance and/or maintenance coordination for all solutions architected and/or implemented under this contract. Initial emphasis of this contract will be the establishment of a new environment to replace the legacy VistA servers operating on obsolete HP Alpha computers. Reading Room This contract represents a departure from previous contracting strategies for provision of IT hardware and support of mission critical IT systems. For the initial task to be proposed through this competition, the incumbent contractor is Hewlett-Packard, Corp (HP). HP (previously Compaq Corp and Digital Equipment Corp) has been providing the systems and services called for in the initial task for over 25 years. In an effort to level the competitive field, the Government has provided a reading room with a large number of documents that are intended to be used as reference materials to assist offerors in understanding the current VA environment. Not all documents in the Reading Room will apply to this acquisition and are intended to provide offerors a better understanding of VA. VA has gone to great lengths to provide these documents to provide offerors with a broader understanding of VA, our IT history, as well as previous thinking and work performed in the IT arena. They are not intended to augment information provided in this solicitation unless specifically identified in the RFP. VA will not take questions about the documents provided through the Reading Room unless the document is specifically referenced herein. VA has spent a great deal of time in reviewing the documents posted in that reading room in an effort to provide only relevant and accurate information about VA. Despite these efforts, VA acknowledges these documents are not complete and may not be completely accurate in terms of VA's current direction, implementation, approach and operation. Documents in that room that are found to be contradictory may indicate changes in VA approach over the past. Further, any document in the Reading Room that contradicts what is included in this solicitation should be disregarded. Offerors are cautioned to not make assumptions based on information found in those documents unless they are specifically referenced herein. The only information the offeror should consider to be completely accurate is the information provided or referenced in the RFP. Do not include references to documents provided in the Reading Room as part of your proposal unless they are specifically referenced within this RFP. Background: Current Environment: Definitions: Environment - This is the integrated set of Platforms, Systems, and Components that provide computing infrastructure for Products. The qualification of Legacy or Current Environment refers to the existing computer systems operating at VA and is more fully described in the section Current Environment (provide reference). The lack of qualification or the qualification of New Environment refers to the overall solution to be implemented under this contract. Platform - This is an individual operating element of the environment that has specific operational characteristics that typically limit the type Products that can operate on or within them. Examples of computing Platforms may be a Microsoft Platform, a Linux Platform, or a VMS Platform. Examples of specific storage Platforms may be direct attached storage Platform, storage area network (SAN) storage Platform or network attached storage (NAS) Platform. System - This is an individual element of a platform. Examples of a System in a computing Platform might be a Dell Server or an HP Server. Examples of a System in a storage Platform might be a Plasmon jukebox, an EMC storage array or an HP storage array. Component - This is an individual element of a System and in rare instances, an individual element of a Platform (e.g. mountable racks, power supplies serving multiple Systems, and some cables). Examples of a Component in a computing Platform might be a disk controller, video card, processor or USB port. Examples of a Component in a storage Platform might be a cable or disk drive. Examples of a software component might be backup software or Microsoft System Center MOM. Products - This is software products or other solutions that make up the information technology tools used by VA to fulfill VA's mission. These include but are not limited to VA VistA software, other software applications, and other third party solutions (e.g. Pyxis automated medication management systems.) Objectives: This contract provides products and services of complex nature. These products and services will be critical to the operation of VA information technology. The technical requirements and objectives herein require delivery of products and services where the quality characteristics are not wholly visible in the end product but rather those quality characteristics must be established in a progressive manner through testing, controls, performance, assembly, and functional operation with existing items and products/services to be provided through this contract. The products and services provided through this contract are critical since failure of the delivered products/services could injure patients and jeopardize the agencies mission. Therefore, a higher level of quality is required, in accordance with FAR Part 46.202-4. CLIN 0001: Proof of Concept VA's objective is to implement (in accordance with CLIN 3) a portion of the contractors proposed solution (designed in accordance with CLIN 4) at a limited number of locations as a proof a concept to demonstrate the capabilities of both the contractor and the proposed solution in a limited and controlled manner. For solicitation purposes only, the scope of this CLIN and the portion of the Environment being implemented shall be to replace the currently operating, mission critical, VistA systems predominately running on HP Alpha servers. Assumptions: 1.VA will partner with the contractor to implement the Environment in such a way as to mitigate user interruptions and ensure data and operational integrity during migration from the Legacy Environment. VA will provide a team of dedicated VA IT professionals from EIE throughout this process. They will be called the VistA Integration Technology Team for Lifecycle Enterprise Support. 2.Findings and adaptations resulting from Proof of Concept implementations will be backward compatible and all documentation updated. CLIN 0002: Equipment VA's objective is to receive all necessary Platforms, Systems, and Components required for the Environment as indicated in delivered and accepted architectural plans provided through CLIN 4. Assumptions: 1.All equipment required for CLIN 1 will be purchased through this contract. 2.All new equipment (both OEM and third party) in the Environment shall carry a 3-year 24x7x365, 4 hour response warrantee. VA will not pay maintenance for any item under warrantee. Warrantee expirations for all items incorporated into the Environment will be tracked and reported annually by the contractor. 3.VA will only order equipment through this CLIN if the Government determines acquisition of equipment through this contract to represent the best value to the Government. CLIN 0003: Implementation and Migration VA's objective is to implement a comprehensive IT Environment capable of adapting to growing and changing IT requirements within VA. The new Environment shall integrate and implement all required Components, Systems, and Platforms. The contractor shall migrate all data and Products from the legacy Environment to the new Environment. Assumptions: 1.VA will provide a team of IT professionals to partner with the contractor in order to implement the Environment in accordance with architecture and integration plans. Implementation shall be done in such a way as to mitigate user interruptions and ensure data and operational integrity for all VA IT systems. 2.Provision of network/telecommunications connectivity between Platforms and Systems operating in disparate locations will be the responsibility of VA with the contractor specifying the protocols, bandwidth, and redundancy requirements. Disparate location will be any two locations separated by more than two walls or one floor. 3.The Environment will be secured and maintained to remain in compliance with VA security requirements. 4.VA may elect to migrate data without contractor assistance. 5.All implemented Platforms, Systems, and Components will be made known to and accessible by the management tools implemented for management, monitoring, and operations of the Environment. CLIN 0004: Architecting and Integration VA's objective is to architect a comprehensive IT Environment capable of adapting to growing and changing IT requirements within VA. As new IT requirements are established or as legacy solutions are identified for replacement or augmentations, VA's objective is to incorporate those Products and functionalities into the Environment. Assumptions: 1.The contractor shall retain a level of architectural and integration expertise through the Expertise Center to advise VA on potential impacts as new VA initiatives are contemplated. Major initiatives requiring architecting and integration services shall be proposed as fixed priced efforts. In this sense, major initiatives are defined as new Products to be implemented on a national basis or incorporation of existing Products that are being replaced or augmented in which the contractor and VA determine the level of effort required will exceed what can be provided through the available resources. 2.The contractor will partner with the appropriate VA teams to identify and resolve architectural, integration, and operational issues. 3.Incorporation of Products and functionalities into the Environment shall maximize use of existing elements of the Environment to the greatest extent possible without adversely impacting Products and capabilities currently operating in the Environment. 4.The Environment will incorporate technologies and capabilities for contingency of operations and mitigate/eliminate single points of failure. 5.The Components of the Environment will be hot-swappable, maintainable, expandable, upgradable, and down-gradable or strategies implemented to eliminate interruption of user access to the Products. 6.The Environment and subsequent architectural additions shall be secured to remain in compliance with VA security requirements. 7.Additions and changes to the Environment shall require no changes to Products' program code with the exception of specific "kernel" adapters designed to directly interface with the underlying platform. Changes to Product configuration and operating parameters are permitted and shall be approved by and acceptable to the manufacturer of those Products. Changes shall not reduce or limit the capability or performance of the Product beyond current operational and performance characteristics. 8.All Integration testing shall be the contractor's responsibility to coordinate and/or conduct with findings, recommendations and configuration documentation provided as a deliverable. 9.For completed architectural and integration efforts, a detailed list of required components shall be provided. If VA elects to implement the recommendations, VA will make a determination at that time of the most advantageous means for acquisition of the specific components identified and means for implementation 10.If appropriate, migration plans and testing will be performed with recommendations and plans documenting means for migration that mitigate impact on current operations. 11.The Environment will include tools for proactive monitoring, management and operations of the Environment, Platforms, Systems, and Components. 12.Environment shall be flexible enough to be adapted for use with other VA products that VA may elect to incorporate into the Environment in the future. 13.The contractor shall establish relationships with all third-party Components added to the Environment to ensure seamless problem resolution in accordance with CLIN 5. 14.All contractors shall comply with the higher-level contract quality requirements of ISO 9001 and ISO 2000. CLIN 0005Expertise Center Technical Support The mission critical nature and the complexity of the Environment is expected to make diagnosis and resolution of problems a significant challenge. VA's objective is to ensure successful operations, optimum system performance, prompt problem resolution, facilitation of timely maintenance, and coordination with VA with minimum impact to VA operations. Assumptions: 1.Support will be provided on a 24x7x365 basis through a single toll free phone number. 2.VA will designate the contractor as an agent for obtaining warranty repairs, maintenance and support for all elements of the Environment acquired outside this contract. 3.All elements of the Environment acquired outside this contract will be acquired with a 24x7x365, 4-hour response warrantee. At expiration of warrantee, VA will acquire maintenance with the same characteristics. Exceptions to this level of coverage may be allowed for specific Components with agreement of the contractor and VA. 4.Problem resolution will be a continuous effort until the problem is completely resolved, including post resolution monitoring. 5.VA expects seamless coordination between the contractor, VA, and third parties on system performance and problem resolution. 6.In order to achieve optimum system capacity and performance, contractor monitoring and proactive system change/augmentation recommendations are necessary. 7.Problem resolution may require coordination and cooperation with third party solutions and third party solution contractors through the complete resolution of the problem. 8.Patches and new versions of products provided or purchased after contractor recommendation will be thoroughly tested by the contractor to ensure current and future compatibility VA wide. All acceptable patches and new versions will be recommended to VA before deployment. 9.All additions and changes architected through this contract and implemented in accordance with the architectural plan shall be supported under this line item as long as VA acquires the exact components identified in the architectural recommendation and operates them in accordance with the integration and implementation documentation provided herein. CLIN 0006Maintenance (Break/Fix) Because of the mission critical nature of the Environment, VA's objective is to ensure these systems are operational and accessible without interruption. The contractor must ensure the Environment is maintained in a state of readiness and operation. To that end, the contractor must ensure the failure or degradation of any component shall be repaired, replaced, or remedied in the most expeditious manner. Assumptions: 1.VA will designate the contractor as an agent for all maintenance contracts executed by VA that maintain and support elements of the Environment. 2.All maintenance and support agreement for elements of the environment will provide these services on a 24x7x365 basis with a maximum 4-hour, on-site response with continuous effort until the problem is fixed. Exceptions to this level of coverage may be allowed for specific Components with agreement of the contractor and VA. 3.All new equipment (both OEM and third party) purchased for and added to the Environment shall carry a 3-year 24x7x365, 4 hour response warrantee. VA will not pay maintenance for any item under warrantee. Warrantee expirations will be tracked and reported by the contractor annually. CLIN 0007Additional Services During the course of this contract, additional services may be required to support the Environment. VA's objective is to have a means of readily acquiring qualified resources to fulfill emerging requirements associated with the Environment or transition to the Environment that are not directly provided through the CLIN's identified above. Assumption 1.The work required for Additional Services will be identified through individual delivery orders. The delivery orders may be time and materials or firm fixed price, as appropriate. 2.The nature and amount of work has not been identified and while estimates of labor effort are identified, the potential exists that no Additional Services work may be ordered. 52.246-11 Higher-Level Contract Quality Requirement. HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (FEB 1999) The Contractor shall comply with the higher-level quality standards of ISO 9001 and ISO 20000. Instructions to Offerors General Instructions Proposal Limitations a.An offeror may submit one proposal. b.For purposes of this solicitation, an "Offeror" is defined as an individual, partnership, proprietorship, joint venture, corporation, or other business entity. Instructions for Proposal Preparation (1)The scope, required effort, and ultimate solution to be provided under this contract are too great to be fully evaluated and adequately assessed in a reasonable time. Therefore, VA is limiting the scope of the evaluation to a single task. This size, scope and complexity of this task are sufficient to enable VA to evaluate an offerors capability to perform under this contract. Your proposed response to this task will be assumed to be indicative of the performance that can be expected under subsequent task orders. (2)In preparation of your proposal, the solution to be provided shall be one element (the first) of the Environment. It will be limited to replacement of the currently operating, mission critical, VistA systems predominately running on HP Alpha Servers. The contractor shall consider this task to be the first step in implementing the entire New IT operational Environment as defined in the Definitions and designed in accordance with CLIN 0004. Your proposal shall provide the conceptual architecture and documentation required in CLIN 4 in order to present your capabilities to engineer, provide, and support an entire architecture for the nation. You will move from conceptual architecture to implementing the Proof of Concept (CLIN 1 and CLIN 3) at two locations. You will be required to propose provision of all necessary hardware and software in accordance with the requirements of CLIN 2. You must then propose supporting them in accordance with CLIN 5 and CLIN 6. You will be required to propose expansion from the Proof of Concept sites through full replacement of the Legacy VistA Environment. Additional plans and supporting documents will also be required as part of this proposal to ensure all objectives and assumptions are completely addressed. (3)Clarity and completeness are of utmost importance to the proposal. Complex or costly presentations are neither required nor desired. (4)The relevance and conciseness of the proposal is important. Key points should be easily found, or will be presumed to be lacking. Maintain careful organization throughout the proposal. Follow the numbering and titling instructions contained herein. Where format is not specified, use clear and consistent subsection numbering and titling. (5)An assessment of both the proposal and offeror's ability (as conveyed by the proposal) to successfully accomplish the prospective contract will be performed. The offeror is responsible for accuracy and completeness of their proposal. (6)The proposal shall be valid for 180 calendar days from the proposal due date. (7)In response to this request, the contractor shall prepare the following document and comply with the following limitations and characteristics. "Do not include marketing materials "Margins (Top, Bottom, Right and Left) no smaller than 1" (headers and footers are allowed in the margins) "Submission shall be provided in electronic format "Font shall be at least 11 point "Preferred Font Style of Arial 11 "All documents shall be readable by Microsoft Office 2007 "Single-sided paper presentation, no double-sided proposals "Page size not to exceed 8 1/2" by 11" (or the metric equivalent). (8)Volume 1 is limited to 75 pages (excluding Table of Contents and Compliance Matrix). Volume 1 - Technical The following documents are required to be included in Volume 1 "Table of contents "Assumptions "Statement of Work oCLIN 1 - Proof of Concept oCLIN 2 - Equipment oCLIN 3 - Implementation and Migration oCLIN 4 - Architecting and Integration oCLIN 5 - Expertise Center Technical Support oCLIN 6 - Maintenance (Break/Fix) oCLIN 7 - Specialty Services "Compliance Matrix "Management Plan oKey Personnel oQuality Control Plan oQuality Assurance Surveillance Plan oStaffing Approach oSmall Business Sub-contracting Plan "Past Performance References Table of Contents Provide a master table of contents of the entire proposal. Assumptions Provide confirmation on acceptance of assumptions and any clarifications. Statement of Work (SOW) The SOW shall address each objective in detail and include lists of deliverables with delivery schedule. It shall be written in a format that complies with Project Management Institute's (PMI) standards. Each line item must at a minimum include a description of the work to be performed, milestones, and deliverables. Additional required information or limitations are described below. CLIN 1 - Proof of Concept VA will use (LIST ONE OR TWO SITES AS INITIAL SITES) as the sites at which the Proof of Concept will be delivered. 1.Identify the necessary actions required by VA for implementation of the Proof of Concept. CLIN 2 - Equipment Provide a list of Components, Systems, and Platforms that will be included in the Proof of Concept. Do not include any pricing in the Statement of Work. CLIN 3 - Implementation and Migration Implementation/Migration - Section 1 The offeror shall define and describe the work required to implement the proposed New Environment at the locations identified in CLIN 1. The proposal must include the following: 1.A work breakdown structure for implementation of the proposed system and migration from the Current Environment to the New Environment. 2.Definition of expectations of VA participation in the implementation and migration. 3.Demonstration of appropriate security measures. 4.Systems management capabilities and methodology for hand-off of operations to VA. 5.Other information, processes and procedures that demonstrate the offerors understanding of implementing and migrating mission critical systems within a large, geographically diverse enterprise. Implementation/Migration - Section 2 The offeror shall define and describe the work required to implement the proposed New Environment across the enterprise. The proposal must include the following: 1.A work breakdown structure for implementation of the proposed system and migration from the Current Environment to the New Environment. 2.Definition of expectations of VA participation in the implementation and migration. 3.Demonstration of appropriate security measures. 4.Systems management capabilities and methodology for hand-off of operations to VA. 5.Other information, processes and procedures that demonstrate offerors understanding of implementing and migrating mission critical systems within a large, geographically diverse enterprise. CLIN 4 - Architecting and Integration The offeror shall engineer the first step of an enterprise Environment for the Department of Veterans Affairs. For proposal purposes, this is limited to replacement of the currently operating, mission critical, VistA systems predominately running on HP Alpha servers. Basic requirements include: 1.Capability to fully implement the VistA Current VistA Environment on the New Environment. 2.Contingency of Operations and Fault tolerance capabilities. 3.Strategies and capabilities that maximize user access to the Products and specific performance metrics. 4.Strategies employed for validating integration and operation compatibilities with Current Environment and expansion/future-incorporations of other Products into the Environment. 5.Operational configurations/constraints for management of the Environment. 6.Demonstration of collaborative working relationship with key providers of Platforms, Servers, and Components. CLIN 0005 Expertise Center Technical Support The Offeror shall define and describe the capability to support end users contacting the Help Desk/Call Center and end users requesting services for the Environment. Basic user support requirements include: 1.Hours of operation and staffing levels that provides the best value to the Government. 2.Methodology for providing sufficient call center support after normal business hours; 3.Performing analysis and providing information as required in support of processing user network change requests. 4.Position Titles and minimum skill level requirements for all proposed labor categories. 5.Provide detailed description of services to be provided (operational description (primary period of maintenance (PPM) and non-PPM), staffing, conference call coverage, monitoring, testing, problem resolution, coordination with 3rd party, newsletter/reporting, problem escalation procedure, architectural support) 6.Identify staffing levels, position titles (x-ref with descriptions provided below), hours of operations. 7.Communication Plan - Provide a communications plan detailing internal, external, and third party communications. This includes the identification of all reports that will be provided, including electronic information bulletin (Newsletter), daily report of new calls, monthly cumulative report, and others as you deem necessary or appropriate 8.Identify circumstances that require travel as part of the Expertise Center mission. 9.The methodology used to provide replacement personnel when expertise Center personnel are out due to vacation, illness, or travel that is not in support of the Expertise Center mission. CLIN 0006 - Component Maintenance (Break/Fix) 1.Provide detailed descriptions of services to be provided (i.e. coverage, limitations, exempted items, warranty provisions) 2.Procedures for maintaining inventory records and warranty tracking. 3.Procedures for identifying new items that will need to be purchased. 4.Provide a copy of the Warranty Agreement that will cover all software and hardware purchased under this contract. CLIN 7 - Additional Services Provide a list of additional labor categories and descriptions that might be utilized to augment the operation, implementation and transition to the New Environment. 1.Provide a position description and qualification for each position identified. 2.Cross Reference to the labor category in your GSA Schedule, or other Federal Schedule. Identify the applicable schedule or provide a notation that the laborcategory is not listed in a Federal Schedule. Compliance Matrix Provide a matrix that cross-references the RFP with your proposal. Include numeric references for all objectives, requirements and assumptions found in the Statement of Objectives, Instructions to Offerors, and Evaluation Criteria for the location the associated response within your proposal. Management Plan The Offerors shall develop performance management and quality assurance methods and tools that will enable the Government to fully and adequately monitor the performance of the contract. The Offeror shall demonstrate to the Government that the methods and tools are comprehensive, meaningful, manageable and cost-effective, and that the Offeror has planned for their effective use. The Offeror shall develop a QAP and propose a Government QASP that together describes the Offeror's partnering approach with the Government to assess performance. The QAP must provide for identification of non-conforming services/equipment and their root causes and identify processes for problem avoidance and executing corrective measures. Key Personnel Identify the positions that will be designated as key under this contract. 1.Identify and provide resumes for the key personnel to be assigned to this contract. 2.A Project Manager shall be identified as key person and must be PMI certified. Quality Control Plan Prepare a plan for internal use 1.Provide contractor's internal quality control plan 2.Define and/or detail quality methods and programs to be used for ensuring a quality product is provided to VA. 3.Identify and describe internal quality surveillance plan and metrics. 4.Provide proof of prime contractors ISO 9001 certification Quality Assurance Surveillance Plan Prepare a QASP for Government use in monitoring performance and quality of service. 1.Identifying work to be surveyed 2.Identify method of surveillance for all work, including annual inventory 3.Identify performance metrics Staffing Approach Provide a staffing approach that identifies the personnel resources, including any subcontracting or teaming arrangements that will be deployed to provide network support services consistent with the responsibility to achieve the stated objectives. Offerors shall identify processes to recruit, retain and replace personnel who have the appropriate knowledge, experience, training, and security clearances for their respective positions. Offerors shall describe their approach to providing uninterrupted support in case of labor strike, contingency, surge, and emergencies. VI.Small Business Subcontracting Plan In addition to a Small Business Subcontracting Plan that, to the maximum extent practicable, conforms to the Department's goals listed below, the contractor shall submit a copy of the SF 294, for the period ending March 1, 2008 and Sept. 30, 2008 for all of your active contracts covered by the requirements at FAR 52.219-9. The Agency's Small Business Goals are as follows: Small Business28.7% Service-Disabled Veteran-Owned Small Business7% Veteran-Owned Small Business 10% Small Disadvantaged Business (includes Section 8(a)) 5% Historically Underutilized Business (HUB) Zone 3% Women-Owned Small Business5% Past Performance References The offeror and three proposed subcontractors to perform the greatest amount of work shall provide past performance information on the three most recent contracts that they have performed which are similar in size, scope, and complexity to this acquisition. At a minimum, the offeror must have acted as the prime contractor on one of the references provided. The offeror and proposed subcontractors shall forward a copy of the Past Performance Questionnaire to the program managers for each of these contracts and request that they fill out the questionnaire and forward it to the Contracting Officer. Past Performance Questionnaires that are forwarded to the Contracting Officer by the offeror will not be evaluated. 1.Provide both a Government Project Manager and a Government Contracting Officer point-of-contact with accurate and current phone numbers and e-mail addresses. Ensure that the persons named as references are reachable at the telephone numbers specified. 2.Describe how work performed for each reference relates to VA requirements. If the work for a client reference is currently in progress, the offeror should have performed and/or completed enough work so that the reference can offer an opinion or evaluation of the offeror's work.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fa66e2734b3cd9684558a232c474d4b0&tab=core&_cview=1)
 
Record
SN01725195-W 20090101/081230214526-fa66e2734b3cd9684558a232c474d4b0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.