Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2017 FBO #5754
DOCUMENT

D -- Enterprise Infrastructure Solution (EIS) Management Software - Attachment

Notice Date
8/23/2017
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11817R2505
 
Response Due
8/30/2017
 
Archive Date
11/28/2017
 
Point of Contact
Michael.Frank@va.gov
 
E-Mail Address
Michael.Frank@va.gov
(Michael.Frank@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Enterprise Infrastructure Solution (EIS) Management Software Request for Information (RFI) VA118-17-N-2505 The Department of Veterans Affairs (VA), Office of Information and Technology (OI&T), provides telecommunications services and support VA wide. OI&T uses the Operations Support System (OSS), which is a repository for telecommunication circuit and services orders, inventory, and billing functions and inventory data for the services provided through General Service Administration s (GSA s) Networx Contract. VA requires a software management solution that will support the GSA Enterprise Infrastructure Solutions Contract (EIS) to provide full life-cycle telecommunications asset management to include ordering, billing, inventory monitoring, and purchase order tracking and e-bonding. OI&T also seeks improvement in support, reporting, auditing, analytics and invoicing to provide the level of care required for our Veterans as well as reducing operating expenses. Please reference the attached draft Performance Work Statement (PWS) for further requirement information. The purpose of this RFI, VA seeks to obtain market information on capable sources of supply, industry practices, and input specific to the information provided in this document. VA is not responsible for any costs incurred by industry in furnishing this information. All costs associated with responding to this RFI will be incurred at vendors expense. Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP), 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. Do not submit a proposal or quote. It is requested that all companies interested in participating in this effort please note their interest and provide information on their respective capabilities to perform the effort described in the Attachments. This is a request for information (RFI) only. Do not submit a proposal. It is requested that all contractors interested in participating in this effort please note their interest and provide indication of their respective capabilities to perform the effort described in attached draft Performance Work Statement (PWS) as well as responding to ALL questions contained herein. This 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. 1. VENDOR RESPONSE REQUIREMENTS  : The Contractor shall provide the following: a)           Company Information i.           Name of Company ii.           DUNS Number: iii.           Cage Code:  iv.           Address: v.           Point of Contact: vi.           Phone Number: vii.           Fax Numbers:  viii.           Email Address: b)           A brief capabilities statement of your technical approach to meet the requirements described in the DRAFT PWS. c)           Address ALL questions contained in this RFI. d)           Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the services to be performed under this effort. ______ YES _______ NO (if No, answer question below) 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. e)           Any required Service Level Agreement(s) that are applicable to your solution. f)             Three Customer references, which are of comparable scope to VA OI&T s Telecommunications spending and requirements. g)           Any information regarding General Services Administration (GSA) contracts, other Government-Wide Acquisition Contract (GWAC) vehicle(s), and/or VA contract vehicles   on which you are a contract holder. h)           Small businesses should also include information as to: i. The intent and ability to meet set-aside requirements for performance of this effort, if applicable ii.      information as to available personnel and financial resources iii.    Information as to proposed team members, the percentage of work each is to perform and which PWS requirements are planned to be subcontracted iv.      SDVOSBs must indicate whether at least 50% of the overall cost is planned to be expended for prime employees or employees of other eligible SDVOSB firms. This should also include the prime planned percentage and if under 50%, the names of the potential team members that may be used to fulfill the 50% SDVOSB requirement. i)             A Rough Order of Magnitude that considers the following: i.           Implementation Services ii.           Training Costs iii.           Management Fees iv.           Licensing Fees v.           Other Fees j ) Describe your companies pricing model so that the Government can estimate the cost per first year and follow on years for this Draft PWS. For example is there an installation charge, a licensing fee, a seat license for the users or administrators or a transaction or usage fee, other fees? 2. RFI Response Instructions NOTE: The capability package must be clear, concise, and complete. 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. The Technology Acquisition Center (TAC) point of contact for this RFI is Contract Specialist, Michael Frank, Michael.Frank@va.gov and Contracting Officer, Iris Farrell, Iris.Farrell@va.gov. Responses are requested no later than 3:00PM EST on Wednesday, August 30 2017, via email to Michael.Frank@va.gov, and iris.farrell@va.gov. All responsible sources may submit a response which shall be considered by the agency. The maximum file size to be submitted via email is 5MB and limited to five (5) pages. Please note VA118-17-N-2505 in the subject line of your response. WARNING:   Please do not wait until the last minute to submit your responses!   To avoid submission of late responses, we recommend the transmission of your response file 24 hours prior to the required response due date and time.   Please be advised that timeliness is determined by the date and time an Offeror s response is received by the Government not when an Offeror attempted transmission. Offerors are encouraged to review and ensure that sufficient bandwidth is available on their end of the transmission. All proprietary/company confidential material shall be clearly marked on every page that contains such.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d21172c2276f270443a3f2edf72d4363)
 
Document(s)
Attachment
 
File Name: VA118-17-R-2505 VA118-17-N-2505.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3752619&FileName=VA118-17-R-2505-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3752619&FileName=VA118-17-R-2505-000.docx

 
File Name: VA118-17-R-2505 EIS Management Software PWS Draft for RFI.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3752620&FileName=VA118-17-R-2505-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3752620&FileName=VA118-17-R-2505-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04642811-W 20170825/170823233008-d21172c2276f270443a3f2edf72d4363 (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.