SOURCES SOUGHT
70 -- Telehealth E-Learning (Blackboard) Platform Solution
- Notice Date
- 6/23/2020 1:28:39 PM
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER AUSTIN (36C10A) AUSTIN TX 78744 USA
- ZIP Code
- 78744
- Solicitation Number
- 36C10A20Q0193
- Response Due
- 6/30/2020 3:00:00 PM
- Archive Date
- 07/09/2020
- Point of Contact
- micheal.fisk@va.gov, Micheal Fisk, Phone: 512-981-4025
- E-Mail Address
-
Micheal.Fisk@va.gov
(Micheal.Fisk@va.gov)
- Awardee
- null
- Description
- Changed Due Date to 6/30/2020 at 5pm CST. 36C10A20Q0193 Telehealth E-Learning (Blackboard) Platform Solution Request for Information This is a Request for Information (RFI) for market research to determine the availability of vendors capable of providing the requirement for Veterans Affairs (VA) Telehealth E-Learning (Blackboard) Platform Solution, as described in the attached DRAFT Product Description (PD). This does not constitute a Request for Quote (RFQ) or Request for Proposal (RFP). This RFI does not guarantee the issuance of an RFQ/RFP. Companies are encouraged to respond if they have the capability and/or capacity to provide the services as detailed in the attached PD. VA is contemplating a Firm Fixed Price award consisting of a base year consisting of 12-months and two option years, consisting of 12-months each. The North American Industry Classification System (NAICS) for this requirement is 511210. Be advised that set-aside decisions may be made based on the information provided in response to this RFI. Responses should be as complete and informative as possible. This RFI is issued solely for informational and planning purposes, it does not commit the Government to contract for any supply or service whatsoever. VA is not, at this time, seeking proposals and will not accept unsolicited proposals. Respondents are advised the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the respondent s expense. Not responding to this RFI does not preclude participation in any future RFQ/RFP, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. VA is not obligated to respond to any emails or materials submitted. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. All submissions become Government property and will not be returned. VA intends to solicit this requirement as a Sole Source because the availability for resellers of the product and services is unknown. If you can provide the Blackboard software and services outlined in the Product Description, please respond to this RFI as noted below in Submittal Information. Submittal Information: All responsible sources may submit a response in accordance with the below information. There is a page limitation for this RFI of 25 pages. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Generic capability statements will not be accepted or reviewed. Your response must address capabilities specific to the services required in the attached PD and must include the following: a. Interested vendors shall at a minimum, provide the following information: Company name, address, point of contact, email, telephone number and DUNS. Company business size and socioeconomic category. Existing Contractual vehicles (GWAC, FSS or MAC). b. Provide a summary of your capability to meet the requirements contained within the draft PD for the following areas: Detail your company s capabilities and experience supporting federal agencies in providing a Software as a Service (SaaS) product, and how your SaaS product can satisfy the requirements listed in the PD. Include examples of federal experience implementing your SaaS product (specific examples or references provided must include the agency, point of contact, dollar value, and contract number). Detail your company s SaaS product cloud infrastructure and accessibility from various client devices through either a thin client interface, such as a web browser (e.g., web-based email) or a program interface. The system shall not require download of software to VA computers. The VA shall not manage or control the underlying cloud infrastructure including network, servers, operating systems, storage or individual application capabilities. The system shall be vendor or third-party hosted and require no servers within VA. Please validate that your proposed SaaS product is SaaS in accordance with the NIST 800-145 definition and describe its hosting environment. Please detail any interfacing or custom development that your SaaS product requires ahead of go-live. Can your company s proposed SaaS product meet all PD requirements without developing an interface or performing any kind of custom development? Please describe your company s willingness and ability to adopt and incorporate customer feedback in the product roadmap of your proposed SaaS product. Please describe your pricing model to include the threshold for named user subscriptions vs. an enterprise/site subscription. Is your pricing model driven by total users, concurrent users, transaction-based, number of records, etc.? Are any additional services needed outside of the subscription model (e.g., configuration to meet functional requirements, data storage, data migration, additional features)? If so, please provide the items and proposed price for these additional services. Please provide separate Rough Orders of Magnitude (ROMs) for the SaaS product in accordance with the PD. For the SaaS portion of this effort, VA intends on providing limited payment until the SaaS product has achieved a FedRAMP Authorization and a VA Authority to Operate (ATO). Once approved by the VA Authorizing Official, VA intends on setting up a subscription payment for the duration of the base period and option periods, if exercised. Do you concur or propose different payment terms? The Contractor shall comply with FedRAMP requirements as mandated by Federal laws and policies, including making available any documentation, physical access, and logical access needed to support this requirement. Is your company s SaaS product FedRAMP Authorized? If not, are you willing and ready to begin the processes and documentation required to become FedRAMP Authorized within 30 days of award? Following guidance from the Federal CIO, VA will utilize existing JAB ATO or agency ATO issued by another agency as a starting point for FedRAMP requirements. If neither of those exist, VA will sponsor FedRAMP ATO. VA will be using the FedRAMP baselines as a starting point, since they are specifically tailored for cloud services. Does your company s SaaS product have an ATO from any federal agency? Detail your company s support Service Level Agreements (SLAs) for all tiers of service. What was your uptime rate during the past 12 months? Describe your standard release and patch cycle. Can you verify that any necessary revisions could be satisfied with configuration of the SaaS product? Has the draft PD provided sufficient detail to describe the technical/functional requirements that encompass the software development and production operations support services to be performed under this effort? ______ YES _______ NO (if No, answer the next question) If NO , please provide your technical comments/recommendations on elements of the draft PD that may contribute to a more accurate proposal submission and efficient, cost effective effort. Responses are due no later than June 24, 2020, 5 pm CST. Submit responses directly to micheal.fisk@va.gov. Mark your response as Proprietary Information if the information is considered business sensitive. The email file size shall not exceed 5 MB.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4aafc4aff01b424fbe5b2e3c84cffe8d/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05700746-F 20200625/200623230144 (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 |