Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2017 FBO #5556
MODIFICATION

70 -- OPM’s Healthcare and Insurance Information Technology Support Services - OPM3516I0001

Notice Date
2/6/2017
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Office of Personnel Management, Office of Procurement Operations, Contracting, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710, United States
 
ZIP Code
20415-7710
 
Solicitation Number
OPM3516I0001
 
Point of Contact
William Curto, Phone: 2026061584
 
E-Mail Address
william.curto@opm.gov
(william.curto@opm.gov)
 
Small Business Set-Aside
N/A
 
Description
SOW Sources Sought U.S. Office of Personnel Management Healthcare and Insurance Information Information Technology Support Services Sources Sought for Blanket Purchase Agreement OPM3516I0001 Revision No. 1 Purpose and Objective This is a Sources Sought revision to OPM3516I0001 to identify small businesses that are capable of contractor information technology support services. Vendors may submit capability responses for one or multiple STAs. Sources Sought Revision No. 1 newly incorporates - System Development Life Cycle into the SOW. Vendors who responded to the initial Sources Sought need only address - System Development Life Cycle if they so choose. The Draft SOW describes only the currently contemplated possible scope of services and may vary from the work scope in a final SOW included in any Request for Quotations (RFQ). This Sources Sought is only for the purpose of identifying potential sources as part of OPM's market research. No RFQ exists; therefore, do not request a copy of the RFQ. Responses to this Sources Sought are not quotes on which OPM can issue any Schedule orders. This notice is issued solely for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposals or Request for Quotations. 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, nor do they affect a potential offeror's ability to respond to any future synopsis/solicitation, which may or may not follow or restrict the U.S. Government's eventual acquisition approach. Additionally, the U.S. Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding. The Government does not intend to award a Schedule order or Blanket Purchase Agreement (BPA) based only on responses to this Sources Sought. All information received in response to this Sources Sought marked "Proprietary" will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responses to the Sources Sought will not be returned. Responders are solely responsible for all expenses associated with responding to this Sources Sought. OPM will not pay for information received in response to this Sources Sought. There is no commitment by the Government to issue an RFQ, make an award or awards, or to be responsible for any monies expended by industry responses to this Sources Sought. Capability Statement / Information Sought Interested small businesses are encouraged to respond to this Sources Sought. However, be advised that generic capability statements are not sufficient for effective assessment of a respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, business size, and/or ability to satisfy the services requirements detailed below. Instructions for Responding to This Sources Sought Information provided in response to this Sources Sought must be submitted no later than Monday, February 13, 2017 at 3:00 pm EDT. Responses to this notice shall include 1) Qualifications / Capability Statements and 2) a cover letter, at a minimum, including the following information: Vendor's Company Name, Address, POC information, Vendor's DUNS Number, and Proposed GSA Schedule (if applicable). Please note that the collection of this data does not obligate the U.S. Government to the incorporation of the solicited comments in any future procurement action nor does it obligate the Government to the procurement of any services related to this notice. Responses to this notice shall include a Statement of Qualifications/Capabilities Statement package, as well as the cover letter. The cover letter shall, at a minimum, include the following information: 1. Response to Sources Sought Notice OPM3516I0001 Revision No. 1 2. Vendor's Company Name, Address, Contact Person (2 POCs) Information; 3. Vendor's DUNS Number; and 4. Business Size and Size Standard / Classification relative to North American Industry Classification System (NAICS) code of 541512. 5. Specify small business profile, i.e., Small Business Administration (SBA) 8(a) Program, HUBZone, women-owned, veteran-owned, service disabled veteran-owned or small disadvantage business schedule contractor; and 6. GSA schedule and GSA Schedule contracts that are applicable to NAICS 541512 OPM requests that the capability statement, which is the response to questions below, not exceed five (5) single spaced pages; you may also include a cover page. Each response should use the following Page Setup parameters: • Font size - 10 points or larger (Body) • Font size - smaller than 10 points (text in diagrams or other graphics) • Margins - Top, Bottom, Left, Right - 1" • At a minimum, your organization's name and a page number should appear in the header or footer of all pages that constitute the body of your response. • If applicable, please include your GSA Schedule contract number. • Number your responses to match the question number. To maximize the space for your response, do not repeat the question as part of your response. All responses shall be in MS Word or Adobe Portable Document Format (PDF). All responses must be received by the specified due date and time in order to be considered. Please note that the collection of this data does not obligate the U.S. Government to the incorporation of the solicited comments in any future procurement action nor does it obligate the Government to the procurement of any services or products related to this notice. Proprietary information should not be included in the responses, further, responses to this notice will not be returned. Information Submission Instructions All responses must be received by the specified due date and time in order to be considered. All Statement of Qualifications / Capability Statements and/or comments in response to the draft SOW sent in response to this RFI must be submitted electronically (via email). All responses shall be in MS Word or Adobe Portable Document Format (PDF), and submitted to via e-mail by 3:00 pm EDT on February 13, 2017 to William.Curto@opm.gov The Government is requesting responses to address the vendor's qualification/capability with Information Technology (IT) services in the multiple Specialized Technical Areas (STA) listed in the SOW. The BPA will be for IT services which fall into the following STAs: STA 1 - System Requirements Development, STA 2 - System Development Life Cycle, and STA 3 - System End to End and User Acceptance Testing. Vendors may submit capability responses for one or multiple STAs. Sources Sought Revision No. 1 newly incorporates - System Development Life Cycle into the SOW. Vendors who responded to the initial Sources Sought need only address - System Development Life Cycle if they choose to revise their original submission. OPM requests that the Statement of Qualifications / Capability Statement which is the response to the questions below not exceed 5 single spaced pages. The Government is interested in your assessment of the draft BPA SOW. Specifically, 1)Given the current details in the draft BPA SOW, do you understand the program function and responsibility of the two major offices in Healthcare and Insurance which need support from a Contractor? See sections 2.0, 3.0, and 4.0. 2)Is there enough detail in the Scope of Work to provide details on your past performance? Past Performance will be the only evaluation factor because a task call/project does not accompany this RFI.? See section 3.0. 3)The activities in the Scope of Work will be applied to multiple projects. Does the draft SOW make it clear that some projects will run concurrently? 4)If there are details in the draft BPA SOW that need clarification or are unclear, then what questions do you have about the draft SOW that the Government may use to modify the draft SOW? 5)Would you propose on this requirement as it is currently written? Why or Why not? Additional Information: There is no commitment by the Government to issue a solicitation, to make an award(s), or to be responsible for any monies expended by any interested parties in support of any effort in response to this RFI notice. Any information submitted in response to this sources sought notice is strictly voluntary. This sources sought notice is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. It is the responsibility of potential offerors to monitor this site for the release of any follow-on information. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available and any request for additional information will be disregarded.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/OPM3516I0001/listing.html)
 
Place of Performance
Address: Contractor will work both on and off-site. Work performed on site will be at the OPM Theodore Roosevelt Building, 1900 E Street, NW, Washington, DC 20415. Off-site work will be conducted at Contractor’s facility. Contractor staff will be required to attend meetings at the OPM Theodore Roosevelt Building as requested., United States
 
Record
SN04391780-W 20170208/170206234621-1e6053c47c8d6867502c970992620bae (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.