SOURCES SOUGHT
D -- Provisioning as a Service (PVaaS) 2.0
- Notice Date
- 2/3/2022 9:49:03 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
- 36C10B22Q0157
- Response Due
- 2/14/2022 2:00:00 PM
- Archive Date
- 03/16/2022
- Point of Contact
- Shannon Hines, Contract Specialist, Phone: 848-377-5243
- E-Mail Address
-
Shannon.Hines@va.gov
(Shannon.Hines@va.gov)
- Awardee
- null
- Description
- REQUEST FOR INFORMATION PROVISIONING AS A SERVICE (PVaaS) 2.0 Introduction: This is a Request for Information (RFI) only issued for conducting market research. Accordingly, this RFI constitutes neither a Request for Quote (RFQ), Request for Proposal (RFP), nor a guarantee that one will be issued by the Government in the future; furthermore, it does not commit the Government to contract for any services described herein. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals or quotes, and therefore, will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted because of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing its acquisition strategy and Performance Work Statement (PWS). Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. This is a request for information and does not obligate the Government in any way, nor does it commit the Government to any specific course of action. Product information, brochures, part numbers, and/or other description information may be included with the submission. Requirement: VA, Information Technology Operations and Service (ITOPS), End User Operations (EUO), has a requirement for a Contractor to provide logistics services on Government Furnished Equipment (GFE) (e.g., IT hardware, incidental software, computer accessories, technical equipment, network equipment, and printers, scanners, or copiers) that will need to be provisioned, asset tagged, warehoused, packaged and shipped to various VA facilities. The hardware will be shipped to the service provider from various VA Contractors. VA anticipates this requirement is awarded as a Firm Fixed Price (FFP) contract with a 12-month Base Period and four 12-month Option Periods. ***The attached draft PWS describes the overall technical objectives for this effort. Responses: As part of your RFI response, please provide a detailed capability statement describing your company s ability to meet the overall requirement described and responses to the questions below. The capability statement should provide information which assists VA in determining how to pursue the subject requirement. DO NOT SUBMIT GENERAL MARKETING MATERIALS. The capability statement shall be limited to 30 pages. All VA current requirements identified herein are subject to change at any time. Submit all questions/responses to shannon.hines@va.gov, juan.quinones@va.gov, and seena.ninan@va.gov. Responses are due on Thursday, February 17, 2022 at 5:00pm EST. If you experience any problems concerning this announcement, please contact the individuals listed. VA appreciates your time and anticipated response. Vendor Supplemental Questions: Include the following information on the cover page of your capability statement. Name of company Company address Point of contact Phone number Fax number Email address Commercial and Government Entity (CAGE)/Data Universal Numbering System (DUNS) number Recommended North American Industry Classification System (NAICS) code(s) applicable to this effort Identify any contract vehicles such as General Services Administration (GSA), National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP), Governmentwide Acquisition Contract (GWAC), or any other contract not mentioned above to assist in determining acquisition strategy if you are included in one or more. Please also include contract number, expiration date, etc. Are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? If you are a Service Disabled Veteran Owned Small Business are you able to comply with VA Acquisition Regulations (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 13 CFR 125.6; and VAAR 852.219-77. VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction in execution of this effort? How specifically do you plan on meeting the limitations on subcontracting as set forth in VAAR 852.219-10? With respect to the subject effort, would you be the prime contractor? As the prime contractor, what tasks your company perform? Please describe your teaming arrangement and other resource which may be dedicated in fulfilling the requirement while complying with any subcontracting limitations. Identify the tasks each organization/resource will perform. Based upon your experience, please provide a diagram that describes your recommended process flow, from order submission through imaging, asset tagging, warehousing, etc., to final delivery. Please include estimated timeframes/durations and the inputs/conditions for each process flow step and any electronic and/or automated interfaces that would optimize its efficiency. Are there any tasks that you believe are unachievable by industry? If so, please state why. Identify additional tasks VA should consider as part of the requirement. Describe warehousing space available by your organization/partner. If your organization currently does not have space available can it be established within 60 days after award to receive, warehouse, and ship out hardware? The response shall include the following information: Describe secure access and security requirements in place for the facility and personal supporting the requirement. Is a 24/7 secure contractor owned cage specific to VA to store only VA equipment available? How many end devices can be configured in a day? How many workstations can be imaged in a day? Are you able to supply custom asset tags for devices? Describe your ability to scale. Identify the Original Equipment Manufacturers (OEM) your organization can partner and coordinate with. Describe the partnership level with each OEM. Identify known agreements needed between vendors to collaborate in a requirement of this type. Describe your experience supporting Technology Refreshes with both the OEM and customer. Does your organization have the ability and a proven process to perform both Forward and Reverse Logistics? Do your processes allow devices to be easily returned as a result of initially being sent in error? Describe your experience shipping globally. How many shipments can be shipped a day? Explain your organizations staffing plan for this type of requirement. Provide comments on the proposed Service Level Agreements (SLAs). What SLAs and performance thresholds do you recommend? If available, provide examples of high-quality Key Performance Indicators and SLAs? Describe your asset management systems or other supply chain tools which can generate reports related to inventory, orders, shipping, etc. your team utilizes. What fields/information are attainable from this system? It is customizable for VA s needs (i.e., invoicing, site notification, proof of delivery, etc.)? Describe your organizations capabilities in providing imaging services, as described in the draft PWS. Has VA allowed sufficient time for an awardee to establish imaging setup? What security access and requirement are in place for personal involved with imaging tasks? What experience does your organization have providing similar services of size and scope to other Federal agencies and/or industry? Hardware to be delivered to your designated warehouse may be coming from several other VA contractors/contracts. Identify recommendations, lessons, risks, concerns, and mitigation strategies regarding Government acceptance or contractor liability to include addressing the following questions: When does title/ownership transfer? When does warranty on items received by contractor commence? Who is responsible for losses/damage? Please identify the agency or non-government customer. For Federal awards provide contract number and agency points of contacts. VA plans to implement a pricing structure as follows: Project Management Weekly Progress Reporting Continuity of Operations Planning Intake Process ServiceNow Interface Imaging Imaging Setup Optional Services (each task priced separately) Core Services (one price encompassing all tasks below) Standard Shipping (20 business days to site s loading dock) Receipt of Device Asset Tagging Packaging (to include incidental hardware) Optional Incidental Hardware (additional peripherals not provided in Core Services) 10-foot CAT6 ethernet network cable 6-foot DisplayPort (DP) cable Video Adapter Cable (female (DP) to male (High-Definition Multimedia Interface (HDMI)) 6-foot HDMI cable Video Adapter Cable (female (HDMI) to male (DP)) USB to HDMI Adapter USB-C to RJ45 dongle (PXE boot compatible) Wireless Headsets (FIPS 140-2 compliant) Keyboard Mouse Webcam Routers Switches Wireless Access Points Out of Bound Manager Storage Contract Line Item Number (CLIN) will allow the vendor to invoice on a per pallet bases established by the intake process for each hardware contract (see Section 5.6.3 of the draft PWS). Partial pallets will be considered as a full pallet. Vendors may invoice against this CLIN on the first business day of each month. Imaging Services Urgent Shipping seven business days Immediate Shipping three business days Provide feedback and comments on this structure. Is this structure in line with commercial practice? Please recommend alternative pricing structures for consideration including specific costs by product type, if applicable and in reference to shipping, by speed of delivery. Provide budgetary price estimates for the price structure identified in Question 15 using the Price Schedule included in the RFI document set. Review specification included in the RFI document set and provide budgetary price estimates as reflected in the specification spreadsheet (PWS Attachment G). Has the draft PWS provided sufficient detail to describe the requirements that encompass the logistical services to be provided under this effort? If not, please provide your comments/recommendations on elements in the draft PWS that may contribute to a more accurate proposal submission and cost-effective effort. Would your organization be able to provide a demonstration of proposed facilities and capabilities in a potential request for proposal? Describe any particular steps which would need to be taken by VA employees to obtain access (i.e., security clearance, etc.). Post RFI Phase: VA envisions that once RFI responses are reviewed, select responders may be invited to provide a face-to-face or telephonic briefing to VA personnel to answer additional questions with respect to their capability statement. VA reserves the right to not respond to any, all, or select responses or materials received. VA retains sole discretion of whether any post RFI briefings are warranted, and which industry partners may be invited to provide additional market research information. OFFERORS ARE ADVISED THAT THIS REQUIREMENT MAY BE DELAYED, CANCELED, OR REVISED AT ANY TIME.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5069c58274594373a3f10d0b6de9a42f/view)
- Record
- SN06232943-F 20220205/220203230103 (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 |