SOURCES SOUGHT
D -- IT Enterprise Program Management Support Services (IT-EPMSS) - Draft PWS - IT_EPMSS_2018
- Notice Date
- 1/24/2018
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:PR:P), IRS, 1111 Constitution Ave, NW, C7-NCFB, Washington, District of Columbia, 20024, United States
- ZIP Code
- 20024
- Solicitation Number
- IRS-IT-EPMSS-2018
- Point of Contact
- Leona M. Brown, Phone: 240-613-5175
- E-Mail Address
-
leona.m.brown@irs.gov
(leona.m.brown@irs.gov)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement (PWS) SOURCES SOUGHT - THIS REQUEST FOR INFORMATION (RFI) IS RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10, MARKET RESEARCH. This is not a Request for Proposal (RFP), and nothing shall be construed herein or through the RFI process to commit or obligate the Government to further action as a result of this RFI. This notice should not be construed as commitment by the Government for any purpose other than market research. This announcement is for information and planning purposes only and does not commit the Government to any contractual agreement. The Government is not seeking proposals and will not accept unsolicited proposals. There is no solicitation available and requests for a solicitation will not receive a response. This notice is intended as a market research tool to determine the interest, availability and capability of potential sources for the services described herein and to assist in the determination of an acquisition strategy. Any information submitted by respondents to this notice is strictly voluntary. The Government does not intend to make an award based on responses to this notice. Contractors responding to this RFI shall bear all risk and expense of any resources used to provide the requested information. The information collected through this process is considered to be market research as described by FAR 2.101 and in accordance with FAR 10.002. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. SUMMARY OF REQUIREMENT - The Internal Revenue Service (IRS) is issuing this notice on behalf of its Information Technology (IT) Enterprise Program Management Office (EPMO) as a means of conducting market research to identify potential sources who have the resources to provide IT enterprise program management support services (IT-EPMSS) for IT operations support and program oversight of IRS information technology spending and delivery. The scope of work for this requirement is set forth as a collection of task areas necessary for successful project planning, management and execution. The task areas include: (1) Program Management (2) Release Management (3) Project Management Support (4) Enterprise Life Cycle (ELC) Support (5) Program Integration (6) Technical Integration (7) Business Analysis Support (8) Requirements Engineering Support (9) Configuration and Change Management Support (10) Change Management and Change Control Support (11) Organizational Readiness Support (12) Organizational Change Management Support (13) Engineering and Architecture Support (14) Enterprise Testing Support (15) Cybersecurity Support (16) Applications Development Support (17) Enterprise Operations (EOps) Support (18) Transition Activities (19) Contingency Management A draft performance work statement (PWS) has been provided for additional information. Contingent upon the market place, the IRS anticipates procuring these services through the establishment of a multiple award contract vehicle under which performance-based, firm-fixed price (FFP) task orders can be issued. REQUESTED INFORMATION - Vendors who believe they possess the requisite experience and expertise should respond by indicating their interest and providing sufficient information to demonstrate a capability to provide these services. Responses should include a capability statement that addresses the task areas described in the draft PWS as well as a summary of the firm's experience providing these types of services. Firms who do not provide services under all task areas may submit responses addressing only those task areas that it supports. The information should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements by providing clear and comprehensive information supporting the company's qualifications. In addition to addressing the technical criteria, each response must also include the following information: (1) Company Name, Address, CAGE Code and DUNS Number (2) Point of Contact Name, Telephone Number and E-mail Address (3) Business Size and Socio-Economic Category(ies) - The North American Industry Classification System code (NAICS) for this action is 541512 and the small business size standard is $27.5 million. Companies should indicate their size (Large or Small) and any applicable Socio-Economic categories (Small, SDB, 8(a), HUBZone, SDVOSB, WOSB, or EWOSB). Vendors should ensure that they meet all applicable classification and/or certification requirements in accordance with FAR Part 19, Small Business Programs, and that they are registered in the System for Award Management (SAM) database and all their information is current including any certifications, designations and applicable NAICS codes. (4) Information Regarding Existing Government Purchasing Vehicles - Vendors should list any existing Government purchasing vehicles they hold that could be applicable to this requirement (e.g. GSA Schedule Contracts, Government-Wide Acquisition Contracts (GWACs), Blanket Purchase Agreements (BPAs), etc.). Vendors should provide the name of the vehicle (NASA SEWP, NITAAC CIO, VETS 2, Alliant/Alliant SB, GSA Schedule 70, etc.), a brief overview of the scope and their contract number. (5) Questions/Comments - Vendors may include questions, comments or other feedback regarding the draft PWS in their responses. The IRS is not obligated to provide responses or update this RFI in any manner however vendor feedback may be of assistance in refining our requirement and determining an acquisition strategy. RESPONSES - Responses to this notice shall be submitted electronically to Leona.m.brown@irs.gov no later than 10:00 am, Monday, February 26, 2018 EST. Responses shall not exceed 10 pages and shall not contain any brochures, advertising or any other type of extraneous, graphic literature or documents that have not been requested and are not relevant or essential in demonstrating the company's ability to provide the required services. Vendors may provide links to relevant websites, as appropriate. Vendors may submit questions regarding this notice however, the IRS does not guarantee that any responses will be provided. Questions shall be submitted by e-mail. Telephonic inquiries will not be accepted. The Government shall not be liable for, or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with all applicable Government regulations. All documentation shall become the property of the Government and will not be returned. Vendors shall use the reference number IRS-IT-EPMSS-2018 in the subject line of their response as well as in the subject line of any other e-mail correspondence referencing this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/IRS-IT-EPMSS-2018 /listing.html)
- Place of Performance
- Address: IRS, 5000 Ellin Road, Lanham, Maryland, 20706, United States
- Zip Code: 20706
- Zip Code: 20706
- Record
- SN04798657-W 20180126/180124231536-d4764c6da07dcd948b28e7521fcf5b40 (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 |