SOURCES SOUGHT
D -- Agent Orange (AO) Presumptive Case Development Support Services Acquisition
- Notice Date
- 3/9/2010
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA118-10-RP-0124
- Response Due
- 3/23/2010
- Archive Date
- 5/22/2010
- Point of Contact
- Iris Farrelliris.farrell@va.gov
- E-Mail Address
-
Contract Specialist
(iris.farrell@va.gov)
- Small Business Set-Aside
- N/A
- Description
- U.S. Department of Veterans Affairs (VA), Veterans Benefits Administration (VBA) Agent Orange (AO) Presumptive Case Development Support Services AcquisitionThe purpose of this Source Sought Notice is to search for qualified vendors capable of meeting the Department of Veterans Affairs (VA) requirement for the Agent Orange (AO) Presumptive Case Development Support Services. VA is seeking Contractor support to design and develop an automated system for processing the AO Presumptive claims. The Contractor will develop a machine-readable claims form that enables claimants to electronically download and, at their option, electronically submit complete claims for service connection which provides medical evidence detailed in the attached Draft Performance Work Statement (PWS). VA anticipates that the new claims form will be both shorter than the current form, and will be well suited to an automated processing method. For this special program, VA will accept only claims utilizing this automated machine readable form. It is the goal of the VA to obtain quality and accurate services in the most expeditious manner. The period of performance is anticipated to begin in June 2010. The contract period of performance is two (2) years from date of award. The Government anticipates a Firm Fixed Price Contract. However, in the event VA proceeds to a formal request for proposals, VA reserves the right to consider alternative engagement models that lower fixed cost but include incentive payments for superior quality, productivity, or expanded scope. Moreover, VA will welcome both conventional "system delivery and integration" models as well as "software as a service" or similarly structured leasing proposals. This market research 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 FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. The Government is open to considering teaming and prime/subcontractor relationships for this effort. If interested, please submit a Capabilities Statement, limited to ten (10) pages for your company, your teammates and or subcontractors and also denote the business size for North American Industry Classification System (NAICS) Code 541511. Also, please indicate if you, your teammates and/or subcontractors are a Service Disabled Veteran Owned Small Business or a Veteran Owned Small Business. The Draft PWS is attached. Responses should also address the following questions: 1.Based on your review of the PWS, what is your rough order of magnitude estimate of the time, equipment, software, and FTE requirements of the effort? 2.The Government anticipates a Firm-Fixed Price (FFP) contract for this effort but will consider other alternatives. Please provide a recommendation on pricing structure. 3.Does your company anticipate a new development effort or a commercial-off-the-shelf (COTS) solution? 4.The Government is considering a product demonstration as part of the technical evaluation; does your company foresee any issues with this factor? If so, provide explanation. Additionally, VA estimates that 90 days is sufficient to prepare a comprehensive product demo. If your company can deliver earlier, please indicate such in your response; if your company would need more time, please provide a short explanation 5.Does your company possess the capabilities to independently provide the entire range of services called for in the PWS? If not, please describe your team/subcontracting arrangements to satisfy the requirements in the PWS. 6.Is your company currently providing a similar system to another government agency or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially (outside the federal Government.) 7.Please provide positive or negative feedback regarding the PWS, including deliverables, such as recommended changes, noted exceptions, and ambiguities. Responses are requested no later than close of business on March 23rd, 2010, via email to iris.farrell@va.gov and annemarie.vasconcelos@va.gov. Point of Contacts: Anne Marie Vasconcelos, Contracting Officer, Department of Veterans Affairs Technology Acquisition Center, Phone (732) 578-5485, Email annemarie.vasconcelos@va.gov and Iris Farrell, Contract Specialist, Department of Veterans Affairs Technology Acquisition Center, Phone (732) 578-5476, Email iris.farrell@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a290b704da846f89457f0af8afc8e7af)
- Record
- SN02087489-W 20100311/100309235401-a290b704da846f89457f0af8afc8e7af (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 |