Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2024 SAM #8179
SOURCES SOUGHT

D -- NEW - Permanent Change of Station (PCS) Relocation Software as a Service (SaaS) Solution Re-compete

Notice Date
4/17/2024 11:12:07 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER AUSTIN (36C10A) AUSTIN TX 78744 USA
 
ZIP Code
78744
 
Solicitation Number
36C10A24Q0066
 
Response Due
4/24/2024 6:00:00 AM
 
Archive Date
06/23/2024
 
Point of Contact
Daniel Winterroth, Contract Specialist, Phone: 512.981.4418
 
E-Mail Address
daniel.winterroth@va.gov
(daniel.winterroth@va.gov)
 
Awardee
null
 
Description
Request for Information (RFI) 36C10A24Q0066 Page 2 of 2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This request is for planning purposes only, and does not constitute a Request for Quote, a Solicitation, a Request for Proposal or an indication that the Government will award a contract for the items contained in this RFI. 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. Companies are encouraged to respond if they have the capability and/or capacity to provide the items identified below. Respondents should identify their company name, address, email, telephone number and a name and telephone number of a point of contact having the authority and knowledge to clarify responses with government representatives. Respondents are requested to identify the applicable contract vehicle, contracts and any additional information applicable to this RFI. Submissions are due NO LATER THAN Wednesday, April 24, 2024 at 9:00 am Eastern and may be made by submitting your response through email response to CS s email @ Daniel.Winterroth@va.gov and Lori.Walker1@va.gov. This RFI notice is part of the Government s Market Research, a continuous process for obtaining the latest information from industry, with respect to their current and near-term abilities. If there are not multiple responses to this RFI from preferred socioeconomic categories, any future RFQs for this requirement will be open to ALL vendors under the applicable North American Industry Classification System (NAICS) 541511. The Government requests information regarding whether or not vendors can provide any/all of the products identified, please see the attached draft Performance Work Statement: The North American Industry Classification System (NAICS) for this requirement is 541511. The Small Business Size Standard is $34 million. Small Business companies with the capability to perform this requirement, in total or in part, are encouraged to participate. If you are interested only in subcontracting opportunities, please indicate this fact clearly in your submission. Should you believe a different NAICS code better applies to the requirement requested under this request for information please provide your suggestions in your response to the RFI. Please indicate your company size and socio-economic status for applicable NAICS codes. Be advised that set-aside decisions may be made based on the information provided in response to this RFI. Responses should be as complete and informative as possible. RFI RESPONSE INSTRUCTIONS Note: Provide a capability package that is clear, concise, and complete. The VA is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this RFI. There is a page limitation for this RFI of 5 pages. The Government will not review any other information or attachments included, that are in excess of the 5-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 Performance Work Statement and must include the following: a. Interested Vendors shall at a minimum, provide the following information in the initial paragraph of the submission: Name of Company CAGE/Unique Entity Identification (UEI) Number under which the company is registered in SAM/VetBiz.Gov Address Point of Contact Name Phone Number Fax Number Email address Company Business Size and Status For VOSB and SDVOSBs, proof of verification in VIP. For Service-Disabled Veteran Owned Small Business (SDVOSB) / Veteran Owned Small Business (VOSB) concerns, indicate whether at least 50 percent of the cost of performance incurred is planned to be expended for employees of your concern or employees of other eligible SDVOSB/VOSB concerns NAICS code(s) Socioeconomic data UEI Number Existing Contractual Vehicles the contractor holds for providing these services (GWAC, FSS, other agency GWACs or MAC, etc.) RESPONSES: If you can provide the necessary supplies or services, please respond to this RFI certifying capability. The following information details the Government s intent and requests information for this acquisition: Briefly discuss your technical capability to meet the requirement, including any specific experience with similar work. Please include a brief explanation on how you would approach this requirement, including a rough order of magnitude (ROM) Please describe the conditions of any authorization to operate certification you may have to work in the VA enterprise environment and its supported applications. Regarding FedRAMP, which of the following represents your current status: FedRAMP approval of Solution is Not FedRAMP Authorized or VA FedRAMP Authorized FedRAMP approval of Solution is FedRAMP Authorized but Not VA FedRAMP Authorized FedRAMP approval of Solution is FedRAMP Authorized and VA FedRAMP Authorized Identify your socioeconomic category. VA is contemplating a Firm Fixed Price Contract/Order, and anticipates awarding to only one responsive, responsible contractor. Responses should be as complete and informative as possible. Please do not submit general marketing information for capability statements. Included with your response, VA requires reply to each of the questions posed below: Authorized Resellers: Q1: If proposing the brand name requirement, are you an authorized reseller? Please include proof of this (Letter from Original Equipment Manufacturer) with your response. General Requirements: Q1: Is the proposed solution currently found under the Department of Veterans Affairs (VA) Office of Information & Technology (OI&T) Technical Reference Model? Q2: Does the proposed solution have a current Authorization to Operate from the VA Enterprise Program Management Office? Q3: Is the solution Cloud-based and 508 compliant? Q4: Is the proposed solution capable of integration with VA financial system Integrated Financial and Acquisition Management System iFAMS, Financial Management System and Defense Finance and Accounting Service (DFAS) Tax File Processing? Q5: Is the Solution in compliance with Single Sign-On (SSO) and two factor authentication? Q6: Is your proposed solution a minimum Federal Risk and Authorization Management Program (FedRAMP)/Defense Information Systems Agency (DISA) Impact Level 4 authorized and meet Federal Information Security Management Act (FISMA) moderate requirements? Q7. Does the proposed solution include software that is an accredited Microsoft, iOS, or Android software supported by VA mobile and non-mobile applications? Q8. Does the proposed solution include applications approved for the VA Mobile Application catalog? Q9. Would the proposed solution be supported by Web Application Security Assessment and Mobile Application Security Assessment scans for accredited core application use? Q10. Does your proposed solution conform to the VA baseline standards for database encryption? Q11. Is your proposed solution a web-based relocation move process available for users 24 hours per day/7 days per week? Q12. Does your solution automate Federal Travel Regulations, Joint Travel Regulations, Department of State Standardized Regulations, and Foreign Affairs Manual Continental United States/Outside the Continental United States relocation policies? Q13. Is the solution capable of supporting Applicability Statement 2 (AS2) instead of Secure File Transfer Protocol (SFTP)? Q14. Is the solution fully automation form start to finish (workflow, receipt management, ability to submit key data for authorizations, workflow report, assigning claims to claims processors, sending automated emails for Travel Authorization expiration notifications) for completely paperless processing? Q15. Does the proposed solution process relocation expense documents through the entire lifecycle, including authorizations, vouchers, Relocation Income Tax Allowance (RITA) payments, and amendment documents? In addition, generates year end W2 forms, stores document history and presents all documents as printable forms? Q16. Does the proposed solution offers multiple communications channels and is accessible via a laptop, tablet, or phone with no degradation in user experience? Q17. Does the proposed solution conform with the National Information Technology Standards Special Publication 800-121 Revision 2, Federal Information Processing Standard approved algorithms for Bluetooth devises? Q18. Does your solution have the capability to have provide fillable PDF documents? Responses should be as complete and informative as possible. Please do not submit general marketing information for capability statements. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is market as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/93816f29153b4445bcaa7a3289d09ea4/view)
 
Record
SN07034212-F 20240419/240417230104 (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.