Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2011 FBO #3445
SOURCES SOUGHT

D -- RFI - D11PS64236 -VA-FSC - Load, Stress, and Performance Testing

Notice Date
4/29/2011
 
Notice Type
Sources Sought
 
Contracting Office
NBC - Acquisition Services Directorate 381 Elden Street, Suite 4000 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
D11PS64236
 
Response Due
5/11/2011
 
Archive Date
4/28/2012
 
Point of Contact
Louis Gilden Contracting Officer 7039643680 louis.gilden@aqd.nbc.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
FEDBIZOPPS ANNOUNCEMENT SOURCES SOUGHT - REQUEST FOR INFORMATION (RFI) D11PS64236 - VA-FSC - LOAD, STRESS, AND PERFORMANCE TESTING Interested parties are encouraged to access the following RFI documents under entry D11PS64236 at http://www.aqd.nbc.gov/Business/openmarket.aspx: 1) detailed RFI announcement and instructions; and 2) draft Statement of Work (SOW). These documents are available only at the referenced AQD website under and not available on FedBizOpps. Any inquiries regarding this matter should only be directed via email to Vanessa Barreto at vanessa.barreto@aqd.nbc.gov AND Louis Gilden at louis.gilden@aqd.nbc.gov with the title D11PS64236 - VA-FSC - Load, Stress, and Performance Testing in the subject line. 1. INTRODUCTION The Department of Interior (DOI), National Business Center (NBC), Acquisition Service Directorate (AQD) in Herndon, VA, is issuing the subject Request for Information (RFI) on behalf of the U.S. Department of Veterans Affairs, Financial Services Center (VA-FSC) in Austin, TX. AQD is a federal franchise fund contracting office within DOI and is authorized to provide acquisition support to all federal and DoD agencies under the authority of the Government Management Reform Act (GMRA). 2. REQUIREMENT This is a requirement for services. The VA-FSC requires a testing provider to perform comprehensive system load, stress, and performance testing on the Fee Pilot and Provider Portal systems. The Fee Pilot and Provider Portal Systems are two major VA-FSC projects that will require load, stress and performance testing to ensure these systems are capable of meeting the current and projected user load while delivering the required performance service level. Detailed descriptions of the systems are provided in the Statement of Work (SOW). It is estimated that the Provider Portal system testing will commence in Fall 2011, and the Fee Pilot system testing will occur in Summer 2012. All services shall be provided at the VA-FSC location at 7600 Metropolis Building, #5, Austin, TX 78744. Contractor personnel must perform their required activities by accessing the VA-FSC infrastructure/platform based in Austin, TX. Contractor personnel accessing VA-FSC systems must comply with VA-FSC security procedures. 3. RFI OBJECTIVES The objectives of this RFI are as follows. A. Most importantly, gather industry comments and overall feedback on the draft SOW. A detailed draft SOW may be accessed at the DOI AQD website at http://www.aqd.nbc.gov/Business/openmarket.aspx, under the ID # D11PS64236. The government is in the process of finalizing its requirements and would like the benefit of industry feedback. Interested parties are encouraged to respond to this RFI with their comments, concerns, questions or suggestions. The RFI is part of the acquisition planning and market research phase for this acquisition. The industry input received from this RFI will be considered in preparing the official solicitation package. Of particular interest is your technical approach to the load, stress and performance testing requirements in the SOW. Your approach should be compatible with the VA-FSC IT infrastructure and technical environment described in the PWS. Please state any assumptions underlying your technical approach. Interested parties are encouraged to address the estimated number of FTEs and the level of effort required to perform the SOW requirements for the two VA-FSC projects. Additionally, interested parties are encouraged to comment on proposed acquisition vehicles (e.g. GSA, other GWACs), contracting methods and contract types. B. Identify interested parties. Interested parties are encouraged to respond with a brief capabilities statement which is relevant to the requirements in the SOW. Also, interested parties are encouraged to register as an interested party in FedBizOpps. C. Gather labor rate market research information for the following labor categories as described in the SOW: Senior Quality Assurance Analyst/Test Director (minimum 7 years experience); Quality Assurance Analyst (minimum 5 years experience); and Quality Assurance Specialist (minimum 2 years experience). You may propose different labor categories consistent with your technical approach as appropriate. Interested parties are encouraged to address the number of FTEs required for each labor category given the requirements in the SOW. All personnel must be U.S. citizens or legally authorized to work in the U.S. Labor rates should be relevant to performing the requirements in the SOW and not just labor rates associated with generic "testing" labor categories. The expertise and availability of proposed personnel are critical to the successful execution of this requirement. Documented professional expertise is required. Letters of commitment and resumes may be required of proposed personnel at the time of proposal submission. Last, all personnel must be U.S. citizens or legally authorized to work in the U.S. 4. ACQUISITION HISTORY This is a new requirement there are no incumbents. 5. MILESTONES To be determined. 6. DISCLAIMER This RFI is for information and planning purposes only. It is not a commitment by the government and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the government to form a binding contract. An announcement for proposals is not a part of this RFI and a contract will not be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Interested parties responding to this RFI are not bound by the information in their responses. 7. HOW TO RESPOND Interested parties are encouraged reply to this RFI no later than Wednesday, 11 May 11 5:00 PM Eastern Time, by email to vanessa.barreto@aqd.nbc.gov AND louis.gilden@aqd.nbc.gov. Please use Microsoft WORD to record your responses and attach the WORD document to your email. The format of your response is provided below. A. Capability Statement - no more than 5 pages Please describe current capabilities especially proposed personnel capabilities as well as company experience in meeting SOW requirements. Please include the following descriptive information in your capability statements: name of company; point of contact; telephone number; email address; company address; size of business; current socioeconomic status; and relevant GSA schedules or other GWACs if any. B. Comments and Feedback - no more than 5 pages Interested parties are encouraged to respond to this RFI with their comments, concerns, questions and overall feedback. Of particular interest is your technical approach to the load, stress and performance testing requirements in the SOW. Interested parties are encouraged to address the estimated number of FTEs and the level of effort required to perform the SOW requirements for the two VA-FSC projects. Additionally, interested parties are encouraged to comment on proposed acquisition vehicles (e.g. GSA, other GWACs), contracting methods and contract types. Additionally, please indicate whether the requirement is sufficiently detailed and clear for your comprehensive response. If not, propose your suggested changes. Also you may propose any discerning factors to evaluate vendors' responses to the solicitation when it is issued. C. Labor rate information - no more than 2 pages Please provide your on-site rates (on-site at the Governments' VA-FSC facility in Austin TX) and off-site rates (not at the government's site) for the following labor categories: Senior Quality Assurance Analyst/Test Director (minimum 7 years experience); Quality Assurance Analyst (minimum 5 years experience); and Quality Assurance Specialist (minimum 2 years experience). You may propose different labor categories consistent with your technical approach as appropriate. All personnel must be U.S. citizens or legally authorized to work in the U.S. Additionally, interested parties are encouraged to register as an interested party in FedBizOpps. 8. POINT OF CONTACT The AQD points of contact for this RFI are listed below. Vanessa Barreto, Contracting Officer and Louis Gilden, Contracting Officer - Acquisition Services Directorate, National Business Center, U.S. Department of the Interior, 381 Elden Street, Suite 4000, Herndon, VA 20170-4817. Any inquiries regarding this matter should only be directed via email to Vanessa Barreto at vanessa.barreto@aqd.nbc.gov AND Louis Gilden at louis.gilden@aqd.nbc.gov with the title D11PS64236 - VA-FSC - Load, Stress, and Performance Testing in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/17d8b212b228e786e9514b9cdf82e585)
 
Place of Performance
Address: Austin TX
Zip Code: 78744
 
Record
SN02436799-W 20110501/110429234627-17d8b212b228e786e9514b9cdf82e585 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.