Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2022 SAM #7510
SOURCES SOUGHT

D -- Request for Information and Sources Sought-Procurement Forecasting Tool

Notice Date
6/21/2022 6:47:07 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
8728231076
 
Response Due
7/8/2022 9:00:00 AM
 
Point of Contact
Jaime Gracia, Phone: (202) 304-3665, Travis Keon
 
E-Mail Address
graciaJ@state.gov, KeonTC@state.gov
(graciaJ@state.gov, KeonTC@state.gov)
 
Description
This Request for Information (RFI) is issued solely for information, budgeting, and planning purposes. This notice should not be construed as a commitment by the Government for any purpose other than market research. This announcement does not commit the Government to any contractual agreement. The Government is not seeking proposals and will not accept unsolicited proposals. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will receive limited feedback on their RFI responses and results of the overall analysis. All data received in response to this RFI hat is marked or designated as corporate or proprietary information will be fully protected from release outside the Government. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with all applicable Government regulations. All documentation shall become the property of the Government and will not be returned. The deadline for responses to this RFI is 12:00PM EDT, July 8th, 2022. Responses should be forwarded via email to both the primary and secondary points of contact below. Responses shall not exceed 5 pages (exclusive of cover materials) and shall not contain any brochures, advertising or any other type of extraneous, graphic literature or documents that have not been requested and are not relevant or essential in demonstrating the company�s ability to provide the required services. Vendors may provide links to relevant websites, as appropriate. Vendors shall reference �RFI Procurement Forecasting Tool� in the subject line of their response as well as in the subject line of any other e-mail correspondence referencing this notice. Please be advised that more feedback and opportunities for engagement on this RFI will be announced at a later date, should the Government continue the need for market research and Industry input. Specific Areas of Input Requested/Questions DoS respectfully requests input from industry partners and other parties regarding the following inquiries/topics: Provide summary background on any existing instances of application and solutions in that you have deployed in government or industry that address this type of requirement outlined in the draft Statement of Objectives (SOO). Are there known infrastructures/interface issues that will make this effort more difficult (i.e., is the innovative solution available in both a cloud and on-premise environment)? Provide recommendations regarding the primary areas of focus of this SOO and provide recommendations on process improvement. Provide an estimate of the duration of the lifecycle of phases for minimum viable product (MVP) development, scaling the solution, through deployment, as part of the overall response to the SOO. Particular attention should be made to Phase I (MVP development). Provide any overarching recommended approaches for technology in this space that we may not be aware of. Provide any recommendations of improving the SOO, and what information may be needed to provide future responses from Industry on a possible solicitation.� Provide a Rough Order of Magnitude (ROM) for contract costs to support this initiative with any notations for development, hosting, training, operations, and maintenance by phases, and especially for Phase I (MVP). Provide an Return on Investment summary that the DoS could reasonably expect to attain with the adoption and implementation of the solution in this space (e.g., improved customer experience, more participation in RFI/industry days, increased supplier diversity, etc.) The intent of DOS is to use modular contracting techniques in phases, with Phase I focusing on the development of the MVP. Additionally, the specific efforts and amounts for subsequent phases will be defined at the end of the Phase I. The proposed duration and cost amount for a Phase 2 will be part of the deliverables due at the end of Phase I. The amounts/durations in the ROM should be based on Not to Exceed (NTE) amounts/durations. *Note: DoS budget for Phase I is currently set at a ceiling amount of $350,000.00. A response template has been provided in the attached materials to this notice. Thank you for your interest.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d746b6c3244f4b53b0d1039986e3441f/view)
 
Place of Performance
Address: Arlington, VA 22209, USA
Zip Code: 22209
Country: USA
 
Record
SN06364219-F 20220623/220621230105 (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 |
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.