SOLICITATION NOTICE
D -- Infrastructure as a Managed Service (IaaMS)
- Notice Date
- 11/18/2020 7:11:43 AM
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
- ZIP Code
- 07724
- Solicitation Number
- 36C10B21R0001
- Response Due
- 11/24/2020 10:00:00 AM
- Archive Date
- 03/03/2021
- Point of Contact
- Jessica Adamitis, Jessica.Adamitis@va.gov, Phone: 732-440-9704
- E-Mail Address
-
jessica.adamitis@va.gov
(jessica.adamitis@va.gov)
- Awardee
- null
- Description
- Page 2 of 2 The Government is seeking Industry feedback and response to set-aside requirements to the Infrastructure as a Managed Service (IaaMS) DRAFT requirements previously released. This notice hereby revises the previous notice released on November 16, 2020. Based on Market Research and Industry feedback, the Government is considering the North American Industry Classification System (NAICS) Code 541519, Information Technology Value Added Resellers (ITVAR), which has a size standard of 150 Employees, or 541512 Computer Systems Design Services, which has a size standard of $30 Million. The IaaMS solution includes all hardware, software, and services to perform the requirements under this Performance Work Statement (PWS) and attachments, specifically project management; solution requirements; VistA Imaging (VI) requirements; lab system; installation, implementation, and configuration; Operations & Maintenance (O&M), technology refresh, price and billing services, and training. The provision of the IaaMS solution is considered a managed service and any set-aside requirements shall be calculated using the total managed service and the total contract value. This is a Request for Information (RFI) only issued for conducting market research. Accordingly, this RFI constitutes neither a Request for Quote (RFQ) 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 Quote/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 because 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 Performance Work Statement (PWS). 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. Responses: Please submit the below requested information and any additional feedback by 1:00PM ET November 24, 2020 via email to Contract Specialist Jessica Adamitis at Jessica.Adamitis@va.gov. Provide your response for each NAICS code (541519 and 541512) 1. If a small business, are you able to comply with comply with FAR 52.219-6 and 52.219-14 in execution of this effort? 2. If a Service-Disabled Veteran-Owned Small Business (SDVOSB), are you able to comply with VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and with subcontracting limitations in 13 CFR 125.6 in execution of this effort. 3. If a small business, can you meet the NAICS 541519 IT VAR requirements which requires value-added services to be between 15 to 50 percent in addition to any set-aside requirements? 4. What are your considerations to the set-aside requirements for services, hardware, and the Non-Manufacturing Rule? 5. Please provide an estimated summary breakout of percentage and business size of Prime and each subcontractor. The summary should include include set-aside information such as breakout of the total cost by dollars, percentages, and socio-economic status for the Prime and Subcontractor(s). If possible, include the total cost, and percentages by services, materials, and Other Direct Costs (ODC) in accordance with 13 CFR 125.6.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8a09c4c27bde427aa1b43d027594ae2a/view)
- Record
- SN05855687-F 20201120/201118230142 (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 |