Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2018 FBO #6029
DOCUMENT

D -- ITOPS Transformation Support Services - Attachment

Notice Date
5/25/2018
 
Notice Type
Attachment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
36C10B18Q2922
 
Response Due
6/4/2018
 
Archive Date
9/11/2018
 
Point of Contact
David Sette
 
Small Business Set-Aside
N/A
 
Description
Request for Information ITOPS Transformation Support Services TAC Number: TAC-18-50649 This is a request for information (RFI) only. This action is intended to be competed under the Transformation Twenty-One Total Technology Next Generation multiple award, indefinite delivery, indefinite quantity contract using fair opportunity procedures in accordance with Federal Acquisition Regulation 16.505. Do not submit a proposal. It is requested that all contractors interested in participating in this effort please note their interest and provide indication of their respective capabilities to perform the effort described in the attached draft Performance Work Statement (PWS). This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. 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 proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by VA in developing its acquisition strategy and PWS. 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. Be advised that set-aside decisions may be made based on the information provided in response to this RFI. Responses should be as complete and informative as possible. The North American Industry Classification System (NAICS) for this requirement is 541512 with a size standard of $27.5 million. A company that is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a Veteran-Owned Small Business (VOSB) must be VIP registered and verified (http://www.va.gov/OSDBU/index.asp). An SDVOSB or VOSB company that is not a VIP registered and verified SDVOSB or VOSB should not respond to this notice. Generic capability statements will not be accepted or reviewed. Your response must address capabilities specific to the services required in the attached PWS and must include the following: Name of Company: Cage code and DUNS Number: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: Any applicable contract vehicles (Transformation Twenty-One Total Technology Next Generation (T4NG), General Services Administration (GSA), Mission Oriented Business Integrated Services (MOBIS), Veterans Technology Services (VETS) Government wide Acquisition Contract (GWAC), etc.) Provide a summary of your technical capability to meet the requirements as defined in the draft PWS. The Level of Effort (LOE) is estimated at approximately 1,075 Full Time Equivalents (FTEs).   However, the quantity is dependent on organizational requirements and available funding.   Therefore, the LOE may decrease or increase.   Please describe your capability in recruiting and providing this magnitude of staffing. Please describe your ability to provide on-site support to over 1,800 physical locations including to Puerto Rico, Guam, and US Territories. Corporate experience or expertise in performing these services and specific examples or references. Specific examples or references provided must include the agency, point of contact, dollar value, number of resources, and contract number. Please advise what, if any, further information is required under PWS paragraph 5.2 and associated subparagraphs for the task to be firm fixed priced. Please advise what, if any, further information is required under PWS paragraph 5.3 and associated subparagraphs in order for the task to be firm fixed priced. Small businesses should also include information as to: The intent and ability to meet set-aside requirements for performance of this effort, if set-aside, as set forth in Veterans Affairs Acquisition Regulation (VAAR) 852.219-10 (JUL 2016) (DEVIATION) and VAAR 852.219-11 (JUL 2016) (DEVIATION) VA Notice of Total SDVOSB Set-Aside and VA Notice of Total VOSB Set-Aside, respectively, and 13 CFR §125.6, the contractor will not pay more than 50% of the amount paid by the Government to it to firms that are not SDVOSBs or VOSBs as defined by VAAR 852.219-10 (JUL 2016) (DEVIATION) and VAAR 852.219-11 (JUL 2016) (DEVIATION). Please note that in accordance with 13 CFR §125.6 limitations on subcontracting requirements, demonstrate how you will not pay more than 50% of the amount paid by the Government to it to firms that are not similarly situated. Information as to available personnel and financial resources; full names of proposed team members and the PWS requirements planned to be subcontracted to them, which must include the prime planned percentage or the names of the potential team members that may be used to fulfill the set aside requirement. Has the draft PWS provided sufficient detail to describe the technical requirements to be performed under this effort. ______ YES _______ NO (if No, answer question c) If NO, please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost effective effort. Specific Response Instructions: Please submit your response to this RFI in accordance with the following: Provide the Vendor Capabilities Response which encompasses items 1 through 9 and any sub-items in less than 10 pages (excluding transmittal page). Vendors shall be aware that the file size for email submissions is 5MB. Submit your response via email to the Contracting Officer, Summer Spalliero, at Summer.Spalliero@va.gov and the Contract Specialist, David Sette at David.Sette@va.gov. Submit your response no later than 12:00PM ET on Monday, June 4, 2018. If there are any vendor questions regarding the requirement, the contracting office will coordinate a comprehensive response and post to Federal Business Opportunities Page (FedBizOps). Mark your response as Proprietary Information if the information included is considered to be business sensitive and/or includes trade secrets.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b5dabc5459379d8f6e7e66f721908ad)
 
Document(s)
Attachment
 
File Name: 36C10B18Q2922 36C10B18Q2922.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4335837&FileName=36C10B18Q2922-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4335837&FileName=36C10B18Q2922-000.docx

 
File Name: 36C10B18Q2922 T4NG TSS PWS Draft v1.0_05-24-2018 v2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4335838&FileName=36C10B18Q2922-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4335838&FileName=36C10B18Q2922-001.docx

 
File Name: 36C10B18Q2922 Attachment 001 - VA Facility Locations.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4335839&FileName=36C10B18Q2922-002.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4335839&FileName=36C10B18Q2922-002.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04935348-W 20180527/180525230717-8b5dabc5459379d8f6e7e66f721908ad (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.