Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2018 FBO #5973
DOCUMENT

R -- Emergency and Alerting Accountability System(EAAS) - Attachment

Notice Date
3/30/2018
 
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
36C10B18R2818
 
Response Due
4/9/2018
 
Archive Date
6/8/2018
 
Point of Contact
Joseph.Pignataro@va.gov
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) 36C10B18R2818 Emergency Alerting and Accountability System Department of Veterans Affairs This is a Request for Information (RFI) only. Do not submit a proposal. 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. The information provided may be used by the VA in developing its acquisition strategy. 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. Requirement: The Contractor shall provide, implement, operate and maintain a Commercial-Off-The Shelf (COTS) cloud-based, enterprise-wide, Emergency Alerting and Accountability Software as a Service (SaaS) solution that must obtain a VA Authority to Operate (ATO) at FISMA moderate and comply with FEDRAMP moderate security controls. The system features must be able to integrate with current, in-use processes and systems for accountability and alerting throughout VA. Please see attached draft Performance Work Statement. Submittal Information: It is requested that all companies interested in participating in this effort note their interest and provide indication of their respective capabilities to provide a COTS SaaS solution that meets the requirements defined in the draft PWS. Marketing material will not be accepted as an indication of capability. Only responses related to the Government s requirements will be considered. The preliminary North American Industry Classification System (NAICS) assigned to this requirement is 541519 with a size standard of $27.5 million. Respondents shall include and address the following in their submissions: Company Information: Name of Company: Cage Code and DUNS Number: Address: Point of Contact /Company Representative: Phone Number: Email Address: Socioeconomic Type (Note: If you are a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a Veteran-Owned Small Business (VOSB), please indicate if you are registered and verified in in Vendor Information Pages (VIP) database (http://www.va.gov/OSDBU/index.asp) and indicate your intent and ability to meet set-aside requirements for performance of this effort in accordance with VAAR 852.219-10 (JUL 2016) (DEVIATION) VA Notice of Total SDVOSB and 13 CFR §125.6, which states the contractor will not pay more than 50 percent of the amount paid by the Government to it to firms that are not SDVOSBs as defined by VAAR 852.219-10 (JUL 2016) (DEVIATION). Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the SaaS solution to be implemented under this effort. 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. Provide a Rough Order of Magnitude (ROM) Price for execution of this effort to include estimated implementation, licensing and maintenance costs. Include details of implementation and licensing structure for your SaaS solution to meet VA enterprise requirements for a phased implementation to enable notification and accountability capabilities for approximately 600,000 employees/Contractors/affiliates by January 9, 2019. Identify any risks or dependencies associated with the successful implementation and transition by January 9, 2019. Does your SaaS solution have integration tools that will enable it to interface with existing VA hardware, software, and access control/user authentication systems to meet the integration tasks outlined in the Optional Task at PWS Section 5.12?   If so, please detail this capability and specifically address the following: Have you integrated your system with other hardware or software systems in the past, and if so, what systems and what were the results? What are some of the key labor categories of personnel that would be required to execute the potential integration tasks outlined in Section 5.12 of the PWS? How long would it normally take you to integrate your SaaS with a different hardware or software system to include data center hosted, legacy systems? What are some if the issues or problems that you have observed or that you anticipate in integrating your SaaS with a different hardware of software system to include data center hosted, legacy systems? Has your proposed SaaS solution been implemented at an enterprise level within other organizations, and if so, how encompassing was your SaaS in meeting all perceived needs for an enterprise Emergency Alerting and Accountability System? Were there any configuration changes needed to ensure easier user application of your SaaS? Does your solution include a panic button as part of its core functionality and/or is this functionality only offered at an additional cost? Also, detail the features of your panic button to include how it can be implemented on an as needed basis to accommodate varying site and user requirements? All responsible sources may submit a response in accordance with the following: Proprietary information, if any, should be kept to minimum and MUST BE CLEARLY MARKED. Responses shall not exceed 15 pages (excluding transmittal page) *Please Note: VA may elect to contact individual companies based upon the content of their RFI submission.VA may engage these companies to gather further information through email correspondence, telephone calls, virtual or physically located meetings, or other means. Please submit your responses through email to the Contract Specialist and Contracting Officer at Joseph.Pignataro@va.gov and Kevin.Monahan@va.gov. Responses must be received by 12:00PM noon EST on April 9, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1b24fbcef8ffd33946d8b812479a2fc1)
 
Document(s)
Attachment
 
File Name: 36C10B18R2818 36C10B18R2818.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4191767&FileName=36C10B18R2818-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4191767&FileName=36C10B18R2818-000.docx

 
File Name: 36C10B18R2818 Emergency and Alerting Accountability System PWS Draft.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4191768&FileName=36C10B18R2818-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4191768&FileName=36C10B18R2818-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04873785-W 20180401/180330231139-1b24fbcef8ffd33946d8b812479a2fc1 (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.