Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2012 FBO #3941
DOCUMENT

99 -- Next Generation Spend Management Tool - Attachment

Notice Date
9/6/2012
 
Notice Type
Attachment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Veterans Affairs;VA Denver Acquisition & Logistics Center;(001AL-A2-4D);555 Corporate Circle;Golden CO 80401
 
ZIP Code
80401
 
Solicitation Number
VA79112I0067
 
Response Due
9/20/2012
 
Archive Date
11/4/2012
 
Point of Contact
Mara Wild
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs (VA), Denver Acquisition & Logistics Center (DALC) is conducting market research to identify potential small business sources (including 8(a), veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, and women-owned small business concerns) with the capacity and technical capability necessary to successfully perform the requirements described herein. The subject requirement is to provide Next Generation Spend Management Tool (NGSMT) to include Program/Project Management, Enterprise Application/Services, Studies and Analyses, Data Analysis/Artificial (AI) and Business Intelligence (BI), Reports and Dashboard capabilities, Help Desk support, Training and Product Data functions contained within a Commercial-Off-the-Shelf (COTS) turn-key solution (referred to as the VA NGSMT which will provide data analysis services for the VA. This is a combined Sources Sought Notice (SSN) and Request for Information (RFI) only. (Note: Any interested party may respond to the RFI. Only potential small business sources interested in competing in any future solicitation as a prime contractor should respond to the Sources Sought Notice.) This is not a solicitation announcement. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government will use responses to this Sources Sought Notice to make appropriate acquisition decisions. Any resultant solicitation is anticipated to be Firm Fixed Price (FFP) type of contract with one (1) twelve month base period; four (4) twelve month option periods. The Performance Work Statement (PWS) requirements fall under the North American Industry Classification System (NAICS) code 518210, "Data Processing, Hosting, and Related Services." Interested firms must demonstrate in their qualification statement that they are qualified to perform the complete PWS under this NAICS code. Detailed information on the PWS requirements is provided via the draft PWS which is posted on this announcement. The following information is provided for INFORMATIONAL purposes only: It is the VA's intent that offerors propose on a firm fixed price based on Contract Line Items, based on their understanding of the PWS. The estimated period of performance of the contract is a base year and 4 optional years. The VA intends to require three (3) key personnel at the contract level, a program manager, a quality assurance manager, and an IT manager. This RFI is being issued to: 1. Gather industry input on the attached draft PWS 2. Request information on any changes in industry that the Government should consider to achieve direct cost savings. 3. Request information on possible contract pricing considerations. 4. Request information on other possible contract changes. 5. Inform prospective offerors of the general acquisition timeline. Firms responding to the RFI are asked to submit comments that address the Government's requirements, assumptions, conditions, or contemplated approaches to this future acquisition. Please submit information or suggestions that may encourage new, different or innovative approaches that would result in direct cost savings to the Government. Firms SHOULD NOT submit: proposals or offers; capability statements, white papers or other company marketing materials; past performance information or general descriptions of corporate experience; requests to be considered for award or to be notified of a future solicitation; requests to be added to a mailing or distribution list; questions or comments not related to this RFI. Firms responding to the Sources Sought Notice are requested to provide VA all appropriate documentation (i.e., a detailed capability statement and/or relevant past performance history documenting its ability to perform similar PWS requirements) -- to perform complex federal requirements that require the management and processing of substantial volumes of complex data; operating high volume, rapid turnaround administrative and technical support programs; implementing project management controls; significant multi-tasking; and ability to control costs to support its ability to carry-out the requirements of the PWS. In addition, your capability statement and/or relevant past performance history should: o Identify appropriate levels and types of expertise in a manner that demonstrates its understanding of the requirements of the PWS; o Identify all property, equipment, and facilities necessary to perform the requirements of the PWS. o Provide relevant samples of a Quality System setting forth its capability for quality assurance (QA) and its general approach for accomplishing QA specifications similar to the NGSMT PWS. Responses are limited to 5 pages, excluding the last two bullet requirements above. Interested concerns who believe they have the capability of providing the required services as defined in the NGSMT PWS are invited to submit a Qualification Statement, including the above described documentation. Responses should be emailed to mara.wild@va.gov with the words "Next Generation Spend Management Tool SSN/RFI Response" in the subject line. Please indicate in your email if you are responding to the Sources Sought Notice or the Request for Information. Due to server limitations, please limit the size of each email to no more than 2MB. Telephonic and mail/courier responses will not be accepted. Small business firms that cannot be considered as prime contractors, but would like to be considered for subcontracting opportunities should add themselves to the list of "Interested Vendors" on FBO. If a solicitation is released, it will be via FedBizOpps (http://www.fedbizopps.gov). It is the responsibility of the potential offerors to monitor the website for any information that may pertain to this SSN/RFI or a future solicitation. The information provided in this RFI is subject to change and is not binding on the Government. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements in response to the Source Sought Notice or comments submitted in response to the Request for Information. The deadline for submitting questions/comments directly related to this announcement is COB. September 12, 2012. The deadline for submitting capability statements in response to the Sources Sought Notice and comments in response to the Request for Information is September 20, 2012 by 3:00 PM MST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VADDC791/VADDC791/VA79112I0067/listing.html)
 
Document(s)
Attachment
 
File Name: VA791-12-I-0067 VA791-12-I-0067.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=468571&FileName=VA791-12-I-0067-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=468571&FileName=VA791-12-I-0067-000.docx

 
File Name: VA791-12-I-0067 NGSMT PWS 9-6-2012.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=468572&FileName=VA791-12-I-0067-001.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=468572&FileName=VA791-12-I-0067-001.DOCX

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02871183-W 20120908/120907001056-dc97ddee4067113131aa94d738408062 (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.