SOURCES SOUGHT
R -- ITRM Management Support Services Contract (VA-21-00012628)
- Notice Date
- 11/12/2020 10:11:13 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
- ZIP Code
- 07724
- Solicitation Number
- 36C10B21R0035
- Response Due
- 11/16/2020 7:00:00 AM
- Archive Date
- 01/15/2021
- Point of Contact
- Michael.frank@va.gov, Contract Specialist, Phone: 732 440-9701
- E-Mail Address
-
Michael.Frank@va.gov
(Michael.Frank@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs (VA) Request for Information ITRM Management Support Services 36C10B21R0035 November 12, 2020 Introduction This Request for Information (RFI) is issued for the purpose of conducting market research information on capable sources. Accordingly, this RFI constitutes neither a Request for Proposal (RFP) nor a guarantee that one will be issued by the Government in the future. Furthermore, it does not commit the Government to contract for any services described herein. Do not submit a Proposal. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals or quotes, and therefore, will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested or, reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing its acquisition strategy and Product Description/Performance Work Statement. Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. This is a request for information and does not obligate the Government in any way, nor does it commit the Government to any specific course of action. Background/Scope: The IT Resource Management (ITRM) Office is responsible for ensuring VA and Office of Information and Technology (OIT) have the resources needed to support our nation s Veterans, Deputy Chief Information Officer (DCIO) oversees the day-to-day activities of ITRM s $4 billion IT budget and the delivery of talent management services for OIT s 8,000 government staff and ensures space and facilities services for OIT s 43 locations nationwide. ITRM s four divisions include the ITRM Front Office (FO), IT Budget and Finance (ITBF) Office, IT Corporate Business Office (ITCBO), and Talent Management Office (TMO). ITBF develops and manages VA s IT budget in accordance with all IT requirements across VA, and aligns with its goals and objectives by planning, programming, executing, controlling, and accounting for VA s IT resources. ITBF supports OIT s programming, budgeting, and execution lifecycle, and translates congressional appropriation into a Budget Operating Plan (BOP) that matches IT funds with IT needs, and accounts for all budgetary resources and internal controls across OIT. ITBF comprises three subdivisions: IT Programming and Budget Formulation Service (ITPBFS), IT Budget Execution and Analysis Service (ITBEAS), and IT Financial Management and Oversight Service (ITFMOS). TMO is uniquely positioned within OIT to improve the employee experience. TMO s goal is to enhance OIT s success through talent management. Each division within TMO reinforces the importance of how being people-focused enhances the success of the organization. The Talent Management Office (TMO) comprises three subdivisions: Human Capital Management (HCM), IT Workforce Development (ITWD), and the Office of Organization Development and Engagement (ODE). VA anticipates a Period of Performance (PoP) of 12 months from the date of award, with two, 12-month option periods, and two optional task per period. VA anticipates a Firm Fixed Price contract type for base and all optional periods and tasks. This is a follow on effort to similar support services being provided under Contract# GS-00F-143CA Order# 36C10B18F2604 with Grant Thornton LLP. Please see attached DRAFT PWS for specific requirements and tasks. Vendor Responses: Please provide the following information by 4:00PM EST on November 19, 2020 via email to Michael Frank, Contract Specialist, at michael.frank@va.gov and Den-el Opuszynski, Contracting Officer, at Den-el.Opuszynski@va.gov. VA reserves the right to respond to any, all, or select respondents. All VA current requirements identified herein are subject to change at any time. If you experience any problems or have any questions concerning this announcement, please contact Michael Frank at michael.frank@va.gov, 732-440-9701 or Den-el Opuszynski at Den-el.Opuszynski@va.gov, 732-440-9682. VA appreciates your time and anticipated response. There is a page limitation for this RFI is up to 15 pages. The Government will not review any other information or attachments included, that are in excess of the 15-page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Generic capability statements will not be accepted or reviewed. Your response must address capabilities specific to the services required in the attached DRAFT PWS and must include the following: Vendor name DUNS Vendor POC List any federal contracts in which you are a prime contract holder, for example: GSA, NASA SEWP, CIOSP-3, and T4NG. The NAICS code applicable to this acquisition is 541611. The Small Business Size Standard for this NAICS code is $16.5M. Please indicate your company size and socio-economic status under this NAICS. Can your company fulfill the entire range of requirements internally? If not, which requirements cannot be met internally and describe the teaming arrangement required to satisfy the requirements that cannot be met internally. As a prime contractor, with subcontractors, can your company fulfill the 51% of the stated requirements internally? For Service-Disabled Veteran Owned Small Business (SDVOSB)/Veteran Owned Small Business (VOSB) concerns, indicate whether at least fifty percent (50%) of the cost of performance incurred is planned to be expended for employees of your concern or employees of other eligible SDVOSB/VOSB concerns. Requirements: Please provide the following information: Provide a brief summary describing your company s available solution (business and technical) to satisfy the requirements. The summary of your ability to meet these requirements shall include: Number of current contracts, including the contract dollar value, where similar services are provided Geographic locations (indicate those that you would recommend to provide service to VA) Indicate whether your solution meets all the capabilities identified under Section 3 of the DRAFT PWS. If not, please indicate which capability cannot be satisfied by your organization. Identify alternative approaches to meeting the capability, if available. Please indicate which capability cannot be satisfied by your organization. Identify alternative approaches to meeting the capability, if available. Additionally, responses shall include: Recommended Service Level metrics, targets, and measurement that are more appropriate for current financial management activities and CIO Support requirements, if applicable. Provide examples where the respondent is a prime contractor in providing accounting and IT financial management services to an organization that has expenditures of at least $270 billion or more, of which at least $4 billion is specifically for the IT Operating Budget, and a combined organizational structure comprised of least 16,000 Government and Contractor resources. Provide a Rough Order of Magnitude for the base period and all optional tasks., Respondents are to include recommended labor categories, skill levels (e.g. SME, Principal, Journeyman) with associated experience for each category stipulated in the DRAFT PWS. Additionally, respondents can recommend more appropriate categories than what is stipulated in the DRAFT PWS. Provide examples of citations where you have successfully provided accounting, financial management and advisory support to a Chief Financial Officer or Comptrollers Offices that has expenditures of at least $270 billion or more, of which at least $4 billion is specifically for the IT Operating Budget, Citations shall include client name, expenditures, size of organization, and brief narrative that addresses one or all below listed requirements. Citations shall also provide the percentage of work that was performed by your company. The VA is looking for citations where the contractor has shown experience in the following: Implementing Fiscal data analytics and/or analytical tools for a client. Portfolio (asset) management office(s) to develop or improve performance measures to gauge the portfolios status & health. Implemented a tiger team on behalf of a client to quickly perform a study or assessment (e.g., cost implications/impacts, risks, alignment to strategic objectives) of a current program or an emerging initiative. Providing technical and organizational transformation (ie Agile Development, ITIL, etc) for an Informational and Technology (IT) organization that addresses all transformation phases including but not limited to architecture, engineering, implementation, and sustainment to include partner engagement services and managed services. Provide examples of citations where you have successfully provided Information Technology transformational, strategic, multi-year planning support to Chief Information Officers, Chief Information Security Officers, Chief Technology Officers and their direct reports as a prime contractor. Citations shall include client name, expenditures, size of organization, and brief narrative that addresses one or all below listed requirements. Citations shall also provide the percentage of work that was performed by your company. The VA is looking for citations where the contractor has shown experience in the following: Supporting the transformation out of legacy for IT operations of similar scope and size to the VA. Indicate the before and after results, how success was measured, and the key risks/issues that were addressed. Delivered IT operational process improvement or IT operational process optimization that was developed and implemented across an IT Organization that has expenditures of at least $270 billion or more, of which at least $4 billion is specifically for the IT Operating Budget, and a combined organizational structure comprised of least 16,000 Government and Contractor resources. Workforce Planning and Modeling Provide examples of your experience in the development and approach to workforce modeling. How have you infused workforce modeling into an agile organization and utilized these models for analysis and leadership recommendations. Describe efforts and approaches to aligning workforce planning/modeling with program budgets to validate and ensure proper manning levels. Technology Business Management Support (TBM) VA has a mandate by OMB to shift to a Technology Business Management framework. This mandate requires OIT change the way it manages, and report IT spend. Provide examples, experience, or methodology such as: Describe experience with developing costing methodologies that allocates costs and resource consumption. Provide their sources to their uses, from the hardware, software, labor, services, and facilities IT leaders procure to the applications and services they develop, deliver, and support. Experience in developing long-term recommendations on how to mature the TBM capability, including model design, model implementation, and data maturation. Describe experience with coding structure that can support an automated, coding-driven assignment of IT financials (budget, commitments, obligations, expenditures, and expenses) to TBM data elements such as IT Towers and Cost Pools. Describe efforts and approaches of importing, validating, and maintaining multiple financial and operational data sets in the TBM Model including gathering new financial and/or operational data for inclusion in TBM Model as data becomes available and where relevant to TBM reporting and model enhancement. Describe experience educating staff at various levels on TBM Model and data structure in order to properly and accurately crystalize, document, and communicate this information within and outside an IT organization. Describe efforts and approaches of pursuing automated financial and operational data intake into the TBM Model and pursuing automated data mapping in the TBM Model to reduce the amount of manual mapping that is required for TBM reporting. Are you able to provide individuals certified in TBM? SharePoint Support Discuss your expert-level development, maintenance, and operations support for Microsoft SharePoint in support of an IT Organization that has expenditures of at least $270 billion or more, of which at least $4 billion is specifically for the IT Operating Budget, and a combined organizational structure comprised of least 16,000 Government and Contractor resources. Your response shall include the following: Best practices, written recommendations, guidance, architecture, training, design, problem resolution and other actives required for the successful maintenance and operations of the Microsoft SharePoint environment. Experience customizing SharePoint as a strategic communication tool to communicate financial and administrative information across different levels of stakeholders. Describe your ability to staff the level of effort described in this RFI and the timeline which you expect to fully staff the requirements. Be specific in terms of your ability to staff in-house, the degree to which you would seek new hires, your ability to staff with VA-credentialed employees from start date, and what functions you would handle as the prime versus sub-contract to other companies. Include your ability to staff the optional tasks.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0085c110f7cd4e9ea982bd93ee9c805f/view)
- Record
- SN05852054-F 20201114/201112230143 (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 |