SOURCES SOUGHT
R -- Records Management Services (RMS)
- Notice Date
- 2/6/2020 7:50:32 AM
- Notice Type
- Sources Sought
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
- ZIP Code
- 20006
- Solicitation Number
- 36C10E20Q0089
- Response Due
- 2/14/2020 8:00:00 AM
- Archive Date
- 05/06/2020
- Point of Contact
- Heather Hampton
- E-Mail Address
-
heather.hampton@va.gov
(heather.hampton@va.gov)
- Description
- REQUEST FOR INFORMATION INTRODUCTION THIS IS NOT A SOLICITATION. The Department of Veterans Affairs (VA) Veterans Benefits Administration (VBA) is issuing this Request for Information (RFI) for Records Management Services (RMS).� This RFI is issued solely for information and planning purposes only.� There is no obligation for the Government to acquire any products or services described in this RFI.� In accordance with the Federal Acquisition Regulations (FAR) Subpart 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.� No funds have been authorized, appropriated, or received for this effort.� The information provided may be used by VBA in developing its acquisition strategy and informing, refining and finalizing the Performance Work Statement (PWS).� Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response.� Only electronic responses to this RFI will be accepted.� The Government will not pay for any time expended or information submitted in response to this RFI.� Eligibility in participating in a future acquisition does not depend upon a response to this RFI. BACKGROUND In September 2012 the Department of Veterans Affairs (VA), Veterans Benefits Administration (VBA), began scanning, indexing, and uploading images into Veterans� electronic Folders (eFolders) for electronic claims processing. Since that time and through several industry partnerships, more than 4.3 billion images have been generated and uploaded. The work begun in 2012 was performed under Document Conversion Services (DCS) Task Orders (TOs) awarded by the Technology Acquisition Center (TAC) under the Transformation Twenty-One Total Technology (T4) Indefinite Delivery/Indefinite Quantity (IDIQ) contract and included source materials storage requirements to be performed by each DCS vendor. In 2015 the DCS TOs were re-competed and awarded as Intake, Conversion and Mail Handling Services (ICMHS) TOs, also awarded by the TAC. In conjunction with the ICMHS awards, two new Records Management Service (RMS) contracts were awarded by the Strategic Acquisitions Center (SAC) for the post-conversion storage of source materials, each aligned to a specific ICMHS vendor. All records previously stored by DCS Vendors and all source materials processed through the ICMHS TOs have been, and will continue to be, routed to RMS Vendors long-term storage facilities. The Government is seeking contractor support for post-conversion records management services. INFORMATION SOUGHT The Government is seeking the following information to be provided by the vendors when responding to the RFI: Company Information Capability Statement Draft PWS Comments 3.1������ Company Information RFI respondents shall provide the following information:��� Company Name Company Address Company Point of Contact (name, address, telephone number, email address) DUNS Number NAICS Codes and business size for NAICS code 493110 - Identify if your company has any of the following business concern statuses (include all that apply): Small Business (SB); Certified Small Business Administration (SBA) 8(a) firm; Small Disadvantaged Business (SDB); Service-Disabled, Veteran-Owned Small Business (SDVOSB); Veteran-Owned Small Business (VOSB); Economically Disadvantaged Women-Owned Small Business (EDWOSB); Woman-Owned Small Business (WOSB); Historically Underutilized Business Zone (HubZone) Small Business; Large Business Existing Multiple Award Contract (MAC) vehicles currently held by your company (examples may include General Service Administrations (GSA) schedules, Government-Wide Acquisition Contracts (GWACs), Indefinite Delivery Contracts (IDCs), Blanket Purchase Agreements (BPAs)) available for the Government�s use for this requirement.� For each MAC vehicle provide: vehicle name vehicle number date of award expiration date 3.2����� Capability Statement RFI respondents shall provide a capability statement with an overview of the company�s capabilities to fulfill the requirements of the attached PWS.� Overview should include but not be limited to: Information regarding your company�s ability to independently provide the services called for in the PWS?� If your company cannot provide the entire range of services, what services called for in the PWS could your company provide?� NOTE:� It is anticipated that multiple awards will be made (not to exceed two). Details regarding proposed joint ventures, teaming arrangements, strategic alliances or other business arrangements to satisfy requirements of the entire PWS.� Description of the company�s resources, available and capable of completing the work under the PWS. Explanation of what experience providing services similar in size, scope and complexity of the RMS PWS the company has. List of specific contracts in the Government or industry where the vendor provided similar services on the same scale and provide Agency / Company name, contract number, contract period of performance and contract dollar value. 3.3������ Draft PWS Comments RFI respondents shall provide comments on the PWS in the following table format: Comment # PWS Page # PWS Section # Comment The comments may include recommended changes, noted errors, inconsistencies, ambiguities, areas requiring further clarifications or higher level of detail, etc. SUBMISSION INSTRUCTIONS Please submit responses via email to the Contracting Officer, Heather Hampton, at heather.hampton@va.gov.� Submissions are due no later than Monday, February 14, 2020, 11:00 a.m. (ET).� The email subject line must contain the following: �Response to RFI 36C10E20Q0089, RMS�� VBA reserves the right to not reply to any emails, responses, questions and materials submitted in response to the RFI.� Mark your response as �Proprietary Information� if the information included is considered to be business sensitive and / or includes trade secrets.� RFI reponses shall not exceed 10 pages total.� Responses shall be prepared on standard 8.5 x 11 inch paper (charts may be landscaped but must be on 8.5 x 11 inch paper) and shall be in Times New Roman, font size (12), with 1� margins. All pages of the response shall be appropriately numbered, and identified with the RFI number ATTACHMENTS See attached document: Records Management Services PWS - v1.0 DRAFT dtd 2-4-20. See attached document: Attachment B. Offsite Storage Locations and Logistical Characteristics. See attached document: Attachment C. Source Material Volumes Stored at Vendor Offsite Storage Facilities. See attached document: Attachment D. Future Source Material Storage Volume Projections. NOTE:� All other attachments referenced in the PWS were deemed not important for inclusion in the RFI.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6b8b948474ce48829645824558d43acf/view)
- Record
- SN05554025-F 20200208/200206230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |