Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 14, 2023 SAM #7808
SOURCES SOUGHT

D -- Implement ZTA Architecture Acceleration- New (VA-23-00008845)

Notice Date
4/12/2023 11:42:30 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B23Q0226
 
Response Due
4/25/2023 9:00:00 AM
 
Archive Date
06/24/2023
 
Point of Contact
Susan Banasiak, Contract Specialist, Phone: 848-377-5196
 
E-Mail Address
Susan.Banasiak@va.gov
(Susan.Banasiak@va.gov)
 
Awardee
null
 
Description
Request for Information Zero Trust Architecture (ZTA) Acceleration VA-23-00008845 Introduction This Request for Information (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. This action may 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. One of the main purposes of issuing this RFI is to determine the availability of Small Business Administration (SBA) Veteran Small Business Certification (VetCert) certified 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) that are not T4NG Contract holders. An SDVOSB/VOSB company that is not listed and certified in the VetCert database (https://veterans.certify.sba.gov/) should not respond to this notice. The North American Industry Classification System (NAICS) for this requirement is 541512 with a size standard of $34 million. 2. Submittal Information: All responsible sources may submit a response in accordance with the below information. There is a page limitation for this RFI of 12 pages. The Government will not review any other information or attachments included, that are in excess of the 12 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 PWS and must include the following: Interested Vendors shall at a minimum, provide the following information in the initial paragraph of the submission: Name of Company Address Point of Contact Phone Number Fax Number Email address Company Business Size and Status For VOSB and SDVOSBs, proof of verification in VIP. NAICS code(s) Socioeconomic data Data Universal Numbering System (DUNS) Number Existing Contractual Vehicles (GWAC, FSS, or MAC) Provide a summary of your capability to meet the requirements contained within the draft PWS for the following areas and address the following questions in your response: Provide a summary of your technical capability to meet the requirements of PWS Section 5.2 through 5.5. What cybersecurity Zero Trust Architecture (ZTA) and Cyber Security contracts/task orders do you have currently or have participated on in the past five years with VA or other Government agencies or departments? Describe your experience and process for assessing the appropriate time and Level of Effort (number of people, Labor Categories, and number of hours) for ZTA Uses Cases and Zero Trust Implementations, getting the maximum output from assigned staff for each system your assigned. Describe your experience with taking ownership of existing processes for each of the various PWS tasks, (Knowledge Transfer) including the transition of various teams and services from a previous contractor to your team. What performance monitoring and reporting tools do you currently have experience with and how would you propose to use them to ensure successful execution of this task order. When Federal guidance, policies and procedures change, what is your process and lead time required to adapt to these changes. 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. Describe your experience with working data management and processing with SharePoint and Power BI specifically as it relates to cybersecurity strategy, the Risk Management Framework and the National Institute of Standards and Technology 800 series and other Zero Trust Governances and Architecture documents in VA or other Government agencies/departments. Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-73 (JAN 2023) (DEVIATION) VA Notice of Total Set-Aside for Certified SDVOSBs and 13 CFR ยง125.6, 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 in the SBA certification database (VetCert) SDVOSBs. 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. Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the software development and production operations support services to be performed under this effort. ______ YES _______ NO (if No, answer question f) If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost effective effort. Responses are due no later than noon, Tuesday, April 25, 2023 via email to Susan Banasiak, Contract Specialist at Susan.Banasiak@va.gov and Summer Spalliero, Contracting Officer at Summer.Spalliero@va.gov. Please note Zero Trust Architecture Acceleration in the subject line of your response. Mark your response as Proprietary Information if the information is considered business sensitive. The email file size shall not exceed 5 MB.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/85dedd1ec9f644f488b7cf23021b083c/view)
 
Record
SN06648966-F 20230414/230412230113 (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.