SOURCES SOUGHT
D -- *Sources Sought Notice* Cloud based NFIRS Software for the Butler VAMC Fire and Emergency Department.
- Notice Date
- 10/28/2020 5:24:57 AM
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24421Q0044
- Response Due
- 11/11/2020 9:00:00 AM
- Archive Date
- 12/11/2020
- Point of Contact
- Shea Matthews, shea.matthews@va.gov, Phone: (412) 822-3765
- E-Mail Address
-
Shea.Matthews@va.gov
(Shea.Matthews@va.gov)
- Awardee
- null
- Description
- Request for Information NFIRS Software for the Butler VAMC 36C24421Q0044 Introduction 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. 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. 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. 2. Submittal Information: All responsible sources may submit a response in accordance with the below information. 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 Statement of Work (SOW) and must include the following: Interested Vendors shall at a minimum, provide the following information in the initial paragraph of the submission: Name of Company Address Point of Contact Phone Number Fax Number Email address Company Business Size and Status For VOSB and SDVOSBs, proof of verification in VIP. NAICS code(s) Provide a summary of your capability to meet the requirements contained within the draft PWS 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 SOW. 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 PWS 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. 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. Responses are due no later than 11/11/20 at 12PM EST via Contract Opportunities. Mark your response as Proprietary Information if the information is considered business sensitive. Please see the attached NFIRS Software SOW.pdf for the Statement of Work for this requirement for the Butler VAMC. Please see the attached VA Data SaaS Contract Language.pdf
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/db95a3ec278f40b18e3c5e677fe5c79e/view)
- Place of Performance
- Address: Butler VA Health Care System 353 North Duffy Road, Butler 16001, USA
- Zip Code: 16001
- Country: USA
- Zip Code: 16001
- Record
- SN05840385-F 20201030/201028230152 (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 |