SOURCES SOUGHT
D -- IRS, OFFICE of Enterprise Program Management on behalf of Web Apps, Agile Technology/Web Apps Support Services
- Notice Date
- 3/13/2020 9:28:32 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- NATIONAL OFFICE - PROCUREMENT OITA NEW CARROLLTON MD 20706 USA
- ZIP Code
- 20706
- Solicitation Number
- 2032H5
- Response Due
- 3/25/2020 8:00:00 AM
- Archive Date
- 03/25/2020
- Point of Contact
- Eric Hunt
- E-Mail Address
-
eric.w.hunt@irs.gov
(eric.w.hunt@irs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- I. INTRODUCTION/PURPOSE The IRS Office of Enterprise Program Management on behalf of the Web Apps Program is issuing this Sources Sought Notice as part of market research in an effort to improve the Web Apps� program understanding of vendor capabilities and to finalize the acquisition strategy. The Office of EPMO on behalf of Web Apps is looking for vendors that are capable of providing high level description of the services required, e.g. (Agile methodology framework, Program/Portfolio Management, System Engineering, application Delivery Services, Testing and Automation, and DevSecOps development, application modernization, IT modernization, etc.) support services for the IRS enterprise support systems. The IRS anticipates soliciting and awarding one or more Blanket Purchase Agreements for a one (1) year base period and four (4) on-year option periods. II. BACKGROUND AND OBJECTIVES IRS seeks to continue its development and use of Agile development methods to support the following objectives: Deliver applications that support access by taxpayers and others to their information at any time through the development of web based interfaces and account structures. Some examples might include: online look up of tax information, online bill paying, and the ability to get help with tax issues. Address common customer service issues by reducing the need to use a call center, walk in office or other access methods that require a significant investment in the customer�s time. Help the IRS transition its current development environment to establish and continuously improve a disciplined practice that increases delivery velocity, quality and job satisfaction, while reducing cost and risk. Although IRS�s Enterprise Life Cycle (ELC) has already changed to include an Agile ELC path; there are still transformational activities that need to occur with the IT Product Owners and the ELC process to be able to get closer to a DevOps operating model. III. CAPABILITIES RESPONSE TO THE SCOPE OF WORK The Office of EPMO on behalf of Web Apps seeks information regarding your company�s depth of technical expertise/experience in performing these services. Your response will aid the IRS in determining our acquisition strategy. Please respond to the following questions as completely as possible. IV. COMPANY INFORMATION Please provide the following information Company full legal name Address, City, State, Zip Point of Contact Name and Title Phone Number Email Address Company CAGE Code Company DUNS Number NAICS Codes in which the company works Size and any socioeconomic categories V. Major Task Areas 1. Agile Program/Project Management Operations(PMO) 2. System Engineering and Architecture Solutions 3. Agile Delivery Services and Federated Delivery Teams 4. Development CyberSecurity Support 5. System Operations Support 6. Agile Coaching Support 7. Agile Transformation Support Contract/Task Order Considerations The IRS is seeking information to better understand the range of your company�s capabilities and industry considerations for contract type. 1. Attached is a draft performance work statement. Specifically, IRS is interested in gathering information on your experience and expertise performing work of similar size, scope or complexity. 2. How, specifically, do you intend to bring the required expertise to this project? How many years of experience does your company and current staff currently have with the security compliance and security engineering? 3. Provide input and recommendations for contract type and pricing considerations, and any recommendations on how to incentivize performance. 4. Provide input and recommendations on Key Personnel requirements, and what labor categories and skill sets your company typically proposes for similar services. 5. What technical evaluation factors would you use to determine who is the most advantageous? Based on the products and tools identified in the draft PWS, please provide a brief project summary and a list of clients (email and phone numbers) who are able to validate your company's depth of expertise. If used at multiple clients, please focus your response on Federal Government clients V. POINTS OF CONTACT All comments, inquiries and responses should be directed to the following individual(s) via e-mail: Eric Hunt Government Task Manager/BPA Program Manager, eric.w.hunt@irs.gov. Telephone inquiries will not be accepted. VI. OTHER Responses shall not exceed 7 pages in length, excluding any cover page, table of contents, or acronym lists if used. Responses are requested using Times New Roman font and 12-point pitch. Tables and graphics may use smaller font sizes provided they remain legible. The submission should be organized and question responses shall be provided in either MSWord or Adobe. Responses are due no later than 1600 EST on April 3, 2020 and include in the subject line: ""Response: Sources Sought for [insert title of RFI]"" via email to the point(s) of contact indicated above. Responses not received by the closing date and time may not be considered by the IRS. IRS does not intend to respond to submissions, however, reserves the right to follow up with vendors for purposes of clarification if needed. This Source Sought notice does not constitute a solicitation and the Government will not award a contract on the basis of submissions to this notice. The Government will not return or pay for any information provided in response to this notice. Interested companies are discouraged from providing any company proprietary information into their response. If including any information that the responding company deems to be proprietary, such information shall be clearly marked as company proprietary.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4b497b4454fd450386379bee3c0887e5/view)
- Place of Performance
- Address: Lanham, MD 20706, USA
- Zip Code: 20706
- Country: USA
- Zip Code: 20706
- Record
- SN05588878-F 20200315/200313230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |