DOCUMENT
R -- Business Architecture/Reference - Attachment
- Notice Date
- 1/23/2018
- Notice Type
- Attachment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- 36E77618Q9132
- Response Due
- 2/13/2018
- Archive Date
- 3/15/2018
- Point of Contact
- Clayton Smith
- Small Business Set-Aside
- N/A
- Description
- Request for Information 36E77618Q9132 BA/BRA Business Architecture/Business Reference Architecture I. Introduction: This sources sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. NAICS 541611 (size standard $7 million) applies. The Veterans Health Administration (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for Business Architecture/Business Reference Architecture services. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. II. Requirements: Please see attached DRAFT PWS. III. Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 20 pages in length, single spaced, 12 point font minimum that addresses the above information. The Government will not review any other data, attachments that are in excess to the 20 pages. Please also include a cover page (not included in page limit) which includes, at a minimum, the company s name, address, Dunn & Bradstreet number, GSA contract number (if applicable), point-of-contact name, phone number, and e-mail address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. Past Experience Provide the following information on a maximum of three similar projects completed within the last three years for which the responder was a prime or subcontractor. The name, address, and dollar value of each project The Prime Contract Type, Firm Fixed-Price, or Time and Material The name, telephone and address of the owner of each project A brief description (no more than a few paragraphs) of each project and why it is relevant to this requirement., including difficulties and successes Your company s role and services provided for each project B. Capabilities / Qualifications: Capability/Qualifications A written response (no more than 5 pages) providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work. Company business size and status - (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business, etc.), the number of years in business, affiliate information: parent company, potential teaming partners. Please also provide the number of employees your business has or has access to. Federal Supply Schedule - If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS applicable to this requirement. Sub-Contracting Limitations Please provide clarification that you can maintain compliance with sub-contracting limitations in accordance with FAR Clause 52.219-14, Limitation on Subcontracting (November 2011) applies to this procurement and all TOs issued against it. Therefore, Contractors are cautioned that the requirement to perform 50 percent of the cost of the contract performance incurred for personnel shall be expended for employees of the concern for each individual TO. Draft PWS Comments: The Government is seeking input and comments on the attached Draft PWS documents. While not restricting comments in any way, the Government is especially interested in receiving comments in the areas listed below: The IDIQ/BPA PWS: As demonstrated in the draft PWS for the IDIQ/BPA, the Government is attempting to describe the work in such a way that will allow for certain functional areas within the IDIQ/BPA to be fixed, unit prices to facilitate the ordering process. This will allow the Government to order certain work efforts under the IDIQ/BPA without the need for requesting voluminous quotations at the task order level. Provide any comments and/or questions with regard to this strategy. Specifically, the Government is interested in knowing if sufficient information is included in order for a potential Offeror to provide a fixed, unit price for certain functional areas within the IDIQ/BPA. Please identify any recommendations for understanding or clarity of requirements and terms and conditions. VHA is also interested in receiving comments relating to the type of technical information along with the PWS you recommend be included with a potential solicitation. Provide any comments and/or questions your company may have regarding the draft PWS What else has your company seen that could help better structure the draft PWS? Please identify any recommendations for additional functional categories as specified in the IDIQ/BPA to promote understanding or clarity of requirements and terms and conditions. VHA is also interested in receiving comments relating to the type of technical information along with the PWS you recommend be included with a potential solicitation. It is requested that the above information be provided no later than Tuesday, February 13, 2018 at 12:00PM EST. Responses should be emailed to Clayton Smith at Clayton.Smith2@va.gov and Laurie Walker at laurie.walker@va.gov. All Email Correspondence for this project must reference the RFI Number, Project Identifier and Project Title in the subject line of the email. Example: RFI 36E77618Q9132, BA/BRA. No phone calls will be accepted. 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 marked 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. Primary Point of Contact: Clayton Smith, Contract Specialist E-Mail: Clayton.Smith2@va.gov Laurie Walker, Contract Officer E-Mail: Laurie.Walker@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/36E77618Q9132/listing.html)
- Document(s)
- Attachment
- File Name: 36E77618Q9132 36E77618Q9132.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4035849&FileName=36E77618Q9132-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4035849&FileName=36E77618Q9132-000.docx
- File Name: 36E77618Q9132 BRA PWS RFI DRAFT.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4035850&FileName=36E77618Q9132-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4035850&FileName=36E77618Q9132-001.docx
- File Name: 36E77618Q9132 Attachment DRAFT BRAMP.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4035851&FileName=36E77618Q9132-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4035851&FileName=36E77618Q9132-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36E77618Q9132 36E77618Q9132.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4035849&FileName=36E77618Q9132-000.docx)
- Record
- SN04797014-W 20180125/180123231303-b435cb1277333c8fc0e554baa3234181 (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 |