DOCUMENT
D -- Improved Veteran Experience through use of Artificial Intelligence (AI) - Attachment
- Notice Date
- 7/2/2018
- 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
- 36C10B18Q2991
- Response Due
- 7/16/2018
- Archive Date
- 9/14/2018
- Point of Contact
- George Govich, george.govich@va.gov
- E-Mail Address
-
george.govich@va.gov
(george.govich@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Request for Information Improved Veteran Experience through use of Artificial Intelligence (AI) TAC Number: TAC-18-51548 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. This request for information (RFI) is issued solely to determine the availability of verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs) that are capable of providing the services identified in the attached 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. 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. The North American Industry Classification System (NAICS) for this requirement is 541512 with a size standard of $27.5 million. A company that is not a VIP registered and verified SDVOSB or VOSB (http://www.va.gov/OSDBU/index.asp) 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: Provide a summary of your technical capability to meet the PWS requirements. 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, and contract number. The intent and ability to meet the set aside requirement in accordance with VAAR 852.219-10 (JUL 2016) (DEVIATION) VA Notice of Total SDVOSB and 13 CFR §125.6, which states the contractor will not pay more than 50 percent of the amount paid by the Government to it to firms that are not SDVOSBs as defined by VAAR 852.219-10 (JUL 2016) (DEVIATION). Your response shall include 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. Responses to the following questions: Do you have any comments or feedback on any sections of the draft PWS, AI Phased Objectives, or AI Epics and Users Stories Backlog? What are the pricing models typically used for SaaS AI solutions that meet the requirements of the draft PWS? Are the capabilities identified in section 5.2 typically priced separately? Are costs based on per transaction/session or some other model (see PWS section 5.8)? Are range-based pricing models used? Are help desk or operations and maintenance costs included in the per transaction/session costs? Is the customer charged for AI usage in non-production (e.g. pre-production, User Acceptance Testing, pilot, etc.) environments? What additional information needs to be added to the PWS in order to provide the necessary SaaS pricing? What is the licensing structure for SaaS AI products/services that meet the requirements of section 5.2 of the draft PWS? How are business value and return on investment (ROI) calculated for AI solutions that meet the requirements of section 5.2 of the draft PWS? Can you describe any experience you may have providing SaaS AI solutions that meet the specific requirements of section 5.2 of the draft PWS? Are there any questions, issues, or concerns with deploying the AI solution in the VA Enterprise Cloud (VAEC)? Are there any specific questions, issues, or concerns with integrating the required AI solution with the various systems described in the draft PWS? Are the scrum size estimates provided in sections 5.5, 5.6, and 5.7 of the draft PWS reasonable given the requirements described within the PWS and associated attachments? What labor categories are typically required to complete the technical tasks described within the draft PWS and associated attachments? Are there any questions, issues, or concerns related to the SLA requirements specified in section 5.4.2 of the PWS? What rights will the Government have to any coding and/or configuration work done as a result of the implementation of the epics/user stories within the AI system? How would a VAEC hosted solution differ from a privately hosted SaaS solution? How would the SLA differ? Responses are due to the Contract Specialist, George Govich, george.govich@va.gov, no later than 1:00 PM EST on July 16, 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/79789f1d4ce45416e5ae2e50c15f2614)
- Document(s)
- Attachment
- File Name: 36C10B18Q2991 36C10B18Q2991.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4453008&FileName=36C10B18Q2991-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4453008&FileName=36C10B18Q2991-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C10B18Q2991 36C10B18Q2991.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4453008&FileName=36C10B18Q2991-000.docx)
- Record
- SN04977205-W 20180704/180702231101-79789f1d4ce45416e5ae2e50c15f2614 (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 |