SOURCES SOUGHT
R -- CFM Performance Measures Dashboard (VA-22-00030381)
- Notice Date
- 2/2/2022 11:29:50 AM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
- ZIP Code
- 07724
- Solicitation Number
- 36C10B22Q0154
- Response Due
- 2/9/2022 12:00:00 PM
- Archive Date
- 02/24/2022
- Point of Contact
- Andrew Hemberger, Contract Specialist
- E-Mail Address
-
andrew.hemberger@va.gov
(andrew.hemberger@va.gov)
- Awardee
- null
- Description
- Request for Information Performance Measures Dashboard 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 541512 with a size standard of $30 million. 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. There is a page limitation for this RFI of (10) pages. The Government will not review any other information or attachments included, that are in excess of the (10) page limit. 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 PWS 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 the Vendor Information Pages (VIP). NAICS code(s) Socioeconomic data Data Universal Numbering System (DUNS) Number Existing Contractual Vehicles (GWAC, FSS, or MAC) b. Provide a summary of your capability to meet the requirements contained within the draft PWS for the following areas: As mentioned in the PWS, the effort managed by the Performance Measures Dashboard (PMD) contract is a project management tool for the collection, analysis, and display of real property project information and performance metrics related to the U.S. Department of Veterans Affairs (VA) design, construction, leasing, and land actions using the relevant expertise of the contractor and a suite of tools including commercial products like: SQL Server, Management Studio (SSMS), Oracle Primavera P6 Professional (P6), RMS3, Python, Anaconda, PyCharm, Tableau Desktop, IBM Maximo, IBM Tririga, Procore, Visual Studio; VA systems like: Electronic Contract Management System (ECMS) VA Financial Management System (FMS), the Corporate and Regional Matrixed Budget System (CRMBS); and other U.S. Government systems like: the Defense Medical Logistics Standard Support (DMLSS), MAX.gov, and Resident Management System (RMS). Does your company have experience with any of these systems? If so, please elaborate. Does your organization have experience with varied building design, construction, leasing, and renovation that supports the VA Office of Construction and Facilities Management administer Veterans Health Administration, National Cemetery Administration and VA real property project and change management? If so, please elaborate. Does your organization have experience with the VA Enterprise Architecture Management in designing, developing, and maintaining performance measures reports and dashboards that integrate construction information from multiple sources systems? If so, please elaborate. Does your organization currently have a team of individuals that are licensed architects (RA), licensed engineers (PE), and Project Management Professional (PMP) certification? If so, please elaborate. Has your organization coordinated across geographically dispersed individuals and regional offices supporting data quality, predictive analytics, and concurrent cross functional workstreams for the Department of Veterans Affairs or an organization of similar size and complexity? If yes, please elaborate. Has your organization developed performance metrics reporting tools for organizations of similar size and complexity to that of the Department of Veterans Affairs in the past five years? If yes, please elaborate. Has your organization managed analytics and reports of programs which incorporate stakeholder feedback; data quality support; daily, weekly, monthly, quarterly, and annual monthly reports for an organization of similar size and complexity to that of the Department of Veterans Affairs or at the Department of Veterans Affairs? If yes, please elaborate. Does your organization have existing capabilities and experience supporting healthcare construction cost management? If so, please elaborate. Provide examples of relevant experience in healthcare design, construction, leasing, and renovation project cost management as well as the reporting of portfolio, project, and phase performance metrics and recommendations for actions to resolve poor project performance. NOTE: Technical questions may be submitted as part of your response, however, questions directed to the customer are prohibited. c. Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-10 (JUL 2016) (DEVIATION) VA Notice of Total SDVOSB and 13 CFR ยง125.6, 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. Your response shall include information as to available personnel and financial resources; full names of proposed team members and the PWS requirements planned to be subcontracted to them, which must include the prime planned percentage or the names of the potential team members that may be used to fulfill the set aside requirement. d. Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the software development and production operations support services to be performed under this effort. ______ YES _______ NO (if No, answer question c) e. 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. Responses are due no later than (3PM EST), (February 9, 2022) via email to Andrew Hemberger, Contract Specialist at Andrew.Hemberger@va.gov, and Meghan McCloskey, Contracting Officer at Meghan.mccloskey@va.gov. Please title email RFI Performance Measure Dashboards in the subject line of your response. 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://sam.gov/opp/3160fb0ede7b40b5bf5472d6e550dd71/view)
- Record
- SN06231772-F 20220204/220202230103 (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 |