Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2025 SAM #8472
SOURCES SOUGHT

R -- Technical Application Platform Services (TAPS) New Task Order - Base Award (VA-24-00013805)

Notice Date
2/4/2025 8:15:22 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
36C10B24Q0242
 
Response Due
3/13/2024 10:00:00 AM
 
Archive Date
03/28/2025
 
Point of Contact
Andrew Hemberger, Contract Specialist, Phone: 848-377-5151
 
E-Mail Address
andrew.hemberger@va.gov
(andrew.hemberger@va.gov)
 
Awardee
null
 
Description
Request for Information Technical Application Platform Services (TAPS) VA-24-00013805 Introduction This is a Request for Information (RFI) only. Do not submit a quote. This RFI is for planning purposes only and shall not be considered 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 task order. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the VA in developing its acquisition strategy. 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 (T4NG) multiple award, indefinite delivery, indefinite quantity contract using fair opportunity procedures in accordance with Federal Acquisition Regulation (FAR) 16.505. However, other contract vehicles may be considered based on the responses received from this RFI. 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. 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 10-pages. The Government will not review any other information or attachments included, that are in excess of the 10-page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Generic capability statements will not be accepted or reviewed. The Government requests that it not be inundated with artifacts and peripheral content, and that the submission is readable. 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 VetCert. NAICS code(s) Socioeconomic data Unique Entity ID Please provide your small business status under the following North American Industry Classification System (NAICS) Code: 541512 Computer Systems Design Services with a Size Standard of $34 Million. Please also note if your firm is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) listed and certified in the Small Business Administration (SBA) Veteran Small Business Certification database (VetCert) (https://veterans.certify.sba.gov/). Please note any existing Government contractual vehicles through (GWAC, FSS, MAC, etc.) which your firm s services can be procured. 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 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. Provide a summary of your capability to meet the requirements contained within the draft PWS. In addition, please respond to each of the following; a) Describe solutions that you have provided where data is transferred/ingested/aggregated in Program Management Office (PMO) setting. b) Provide examples of how you have resourced support for multiple products requiring like skill sets and expertise. c) Describe your PMO experience with managing Master Data Management (MDM) solutions to consolidate, master and synchronize core customer data across multiple disparate data sources using a variety of technologies. d) Share insights into your company's historical performance in staffing contracts with 300+ employees, especially on projects of comparable size and complexity. e) Share your strategy for efficiently scaling for up to 300 employees under contract, actively working within 30 days of contract execution. f) Provide an example of enterprise measurement and data strategy support to create and maintain a best-in-class experience measurement program, including aligning product use to ensure optimal data analytics capabilities across the VA. g) Provide management services in the areas of customer experience strategy, analysis, identifying customer experience drivers, and operationalizing insights in the complex VA ecosystem. h) Describe your ability to hire a wide range of employees quickly. i) Describe how you manage a roadmap and/or product strategy. j) How do you minimize attrition and maximize business continuity? k) Describe your experience with Agile Software Development Tools using effective Scaled Agile Framework (SAFe) principles and practices to improve efficiency and to manage effective Program Increment (PI) Planning events that better aligns teams and stakeholders to a shared mission and vision. l) Are there alternative solutions to the existing requirements that could better meet the VA s needs? m) The Government is contemplating a T&M contract type. State if there is sufficient information in any sections to possibly price as FFP as written or provide an explanation as to why these tasks do not conform to T&M. n) Based on your experience, are the FFP and T&M categories appropriate for the work stated in the PWS? o) Are you working on DevSecOps in Product Engineering Services to create an OCI issue bidding on this contract? NOTE: Technical questions may be submitted as part of your response, however, questions directed to the customer are prohibited. Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the technology incubation services to be performed under this effort. Yes or No. 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 1:00 PM (EST) on March 13, 2024 via email to Andrew Hemberger, Contract Specialist at Andrew.hemberger@va.gov and Meghan McCloskey, Contracting Officer at Meghan.mccloskey@va.gov. Please note Technical Application Platform Services 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. OFFERORS ARE ADVISED THAT THIS REQUIREMENT MAY BE DELAYED, CANCELED, OR REVISED AT ANY TIME.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e559ebba24b941ee91a0ccfe545b588f/view)
 
Record
SN07332647-F 20250206/250204230035 (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.