SOURCES SOUGHT
D -- Workforce Monitoring Application (VA-20-00065013)
- Notice Date
- 12/18/2020 1:58:49 PM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
- ZIP Code
- 07724
- Solicitation Number
- 36C10B21Q0078
- Archive Date
- 03/18/2021
- Point of Contact
- Michael Weckesser/Michael.Weckesser@va.gov, Alma Aliaj/Alma.Aliaj@va.gov, Phone: 732-440-9693
- E-Mail Address
-
alma.aliaj@va.gov
(alma.aliaj@va.gov)
- Awardee
- null
- Description
- US Department of Veterans Affairs Request for Information/Sources Sought 36C10B21Q0078 Workforce Monitoring Application THIS IS A REQUEST FOR INFORMATION (RFI)/Sources Sought in accordance with Federal Acquisition Regulations (FAR) 15.201(e) to conduct market research for information and planning purposes only. This RFI is issued solely for information and planning purposes it does not constitute a Request for Quotation (RFQ) or a promise to issue an RFQ in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the 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 interested vendor s expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. It is the responsibility of the responders to monitor this site for additional information pertaining to this requirement. Requirements: The Department of Veterans Affairs (VA), Office of Procurement, Acquisition, and Logistics (OPAL), Technology Acquisition Center (TAC) is soliciting information related to Industry capability to meet the requirements detailed in the attached Draft Performance Work Statement (PWS). VA intends to procure a Commercial off the shelf (COTS) Software as a Service (SaaS) workforce application monitoring tool/application to monitor its Financial Service Center workflows/processes to gain efficiencies. The solution will monitor a variety of applications, including Pegasystems, Inc. (Pega) software. The COTS SaaS offering shall include subscriptions and technical support services in order to deploy to 650 Financial Service Center users. As part of the deployment, the Contractor shall develop and test an interface between the existing VA software systems and the Pega Cloud. Interested parties are invited to review the attached PWS and to submit comments or feedback/suggestions for the draft PWS. The goal of this RFI is to gauge Industry capability to meet the requirement and allow the Government to develop its acquisition strategy that may be used for a potential and subsequent acquisition. Nothing in this document should be considered binding or in any way obligate the VA to perform. VA welcomes comments on any part of this document. For project planning and information gathering, the draft PWS is attached. It defines the scope of requirements. Information obtained in response to this RFI will be used within the VA as market research information and will not be disclosed outside of the agency. 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. As part of your RFI response, please provide the following information: General Your response must address capabilities specific to the services required in the attached PWS and must include the following: Request Company information to include: Company Name CAGE/DUNS Number under which the company is registered in SAM/VetBiz.gov Company Address Point of contact name Telephone number Email address Socioeconomic data For Service-Disabled Veteran Owned Small Business (SDVOSB)/Veteran Owned Small Business (VOSB) concerns, indicate whether you meet the requirement that a Government procurement, an information technology procurement classified under SDVOSB/VOSB is in accordance with Veterans First Contracting Act for the applicable NAICS. Company Business Size and Status for NAICS 541519 Names and types of current federal contracts and/or contract vehicles that can be utilized for the scope of the requirements (NASA Solutions for Enterprise-Wide Procurement (SEWP), General Services Administration (GSA), GWAC or any other Schedule if you are included in one or more. Please include Contract Number, expiration date, etc.). Capability Statement Submit a capability statement describing your company s ability to meet the requirements in the attached draft PWS. The capability statement shall be limited to 10 pages and a file size of no more than 5MB. In addition, please provide the following information: Questions For Vendors Does the proposed product component that collects data reside on the client workstation or on the server? Is the proposed product a SaaS (Software as a Service) or a PaaS (Platform as a Service) product? Is the proposed product considered Commercial Off the Shelf (COTS)? Who is the Original Software Developer (OSD) and what is their DUNS Number/CAGE Code? What is your relationship (e.g. self, authorized reseller, second-tier reseller, etc.) to the OSD? Is the product configurable to prevent collection and transmission of Personally Identifiable Information/Personal Health Information/Credit Card Information (PII/PHI/CCI)? If so, how does the product recognize/filter/mask PII/PHI/CCI? Is the proposed product configurable to prevent collection and transmission of document names (e.g., Collect duration that Microsoft Office application is used but not the name or contents of the file the user has open.)? Is the proposed product currently FEDRamp Certified? If yes, at what level? Where does the data storage reside (i.e., local network server, cloud server, etc.)? Does the proposed product process and report on data in real-time (i.e., Does it utilize real-time intelligence?)? Does the proposed product utilize any 3 rd-party tools or components? What does the proposed product identify, report and recommend as process improvements in Projects? What does the proposed product identify, report, and recommend as process improvements in Technology? What does the proposed product identify, report, and recommend as process improvements in People, Processes and Products? Does the proposed product offer multilevel governance features? Does the proposed product report findings base upon employee data, behavior and patters of work within various applications on the user desktop? Does the proposed product provide automated recommendations for management decisions based upon customer/user interactions and findings? Does the proposed product have a full function reporting dashboard to generate reports and review data findings? Does the proposed product provide Role based user security, easily configurable, based on roles and privileges? Does the proposed product use robotic technology for the data collection components on the user s desktop? What is the licensing and pricing models for the proposed product (e.g., Enterprise, seat license, concurrent use, etc.)? Please submit your RFI response to the above questions in accordance with the following: No more than 10-pages and a file size of no more than 5 MB. Mark your response as Proprietary Information if the information is considered business sensitive. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. The Government will not review any other information or attachments included, that are in excess of the 10-page limit. The Government will not review generic marketing materials that do not address the information contained herein or the attached documents. All interested parties shall respond no later than 4:00 PM EST on January 5, 2021 via e-mail. If you have any questions on the RFI, please submit via e-mail as well. Please note 36C10B21Q0078 in the subject line of your response. Point of Contact for this RFI is Contract Specialist, Alma Aliaj, Email address: Alma.Aliaj@va.gov, and Contracting Officer, Michael Weckesser, Email address: Michael.Weckesser@va.gov. Attached PWS- Workforce Monitoring Application
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d8d814cb8acf4b2d80d9bbaed27dfcc6/view)
- Record
- SN05878025-F 20201220/201218230114 (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 |