SOLICITATION NOTICE
R -- Market Research - VCS Retail Procurement Management (RPM) Solution Upgrade (VA-23-00009242)
- Notice Date
- 11/17/2022 12:09:54 PM
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
- ZIP Code
- 07724
- Solicitation Number
- 36C10B23Q0020
- Response Due
- 12/7/2022 7:00:00 AM
- Archive Date
- 03/16/2023
- Point of Contact
- michael.gruen@va.gov, Michael Gruen, Phone: 848-377-5251
- E-Mail Address
-
Michael.Gruen@va.gov
(Michael.Gruen@va.gov)
- Awardee
- null
- Description
- Request for Information Veterans Canteen Services (VCS) Retail Procurement Management (RPM) System Upgrade 11/17/2022 The Veterans Canteen Service (VCS) business operations include retail, food, coffee, and vending services within DVA medical centers (VAMCs). VCS seeks the replacement of its existing Retail Procurement Management (RPM) System(s), that will transform the current antiquated collection of disparate systems and processes. VCS requires a new RPM solution that will effectively reduce or eliminate manual driven processes and increase data digital transformation, automation, and efficiencies to enable effective planning and execution of financial and inventory management. The new RPM solution will support more efficient driven decisions based on real-time information, predictive analysis and demand forecasting. Additionally, the new RPM solution shall have minimized store receiving errors and allow for increased visibility into the end-to-end supply chain process to ensure the right product is at the right place at the right time. This is a Request For Information (RFI) only and is limited to 20 pages (excluding Performance Work Statement (PWS) if your response includes PWS recommended changes). Do not submit a proposal or quote. 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. Responses: Please submit the below requested information by 10:00am EST on December 7th, 2022, via email to Michael.gruen@va.gov. VA reserves the right to not respond to any, all, or select responses or materials submitted. All VA current requirements identified herein are subject to change at any time. If you experience any problems or have any questions concerning this announcement, please contact Michael.gruen@va.gov. As part of your RFI response, please provide the following information: General Include the following identification information 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 VA anticipates that this effort would fall within North American Industry Classification System (NAICS) Code 541512, 541511 or 541519, Custom Computer Programming Services, which has a size standard of X. Are you a small or large business under NAICS 541512, 541511 or 541519? If you believe there is a more appropriate NAICS code, please provide that to the Government with your rationale. Identify existing contract vehicles (GSA, T4NG, etc.) in which you are a contract holder that can be utilized to procure these services. With respect to the subject effort, would you be the prime contractor? As the Prime Contractor, what tasks under the DRAFT PWS would your company perform? If a small business, what type of small business are you? Are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and with subcontracting limitations in 13 CFR 125.6 in execution of this effort? Capability Statement Please 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 20 pages and address the questions below. Describe your solution s capability of providing or working with external solutions for the areas listed below. If your solution works with an external solution, indicate what those are and provide references where possible. Point Of Sale Software Self-Service Kiosk Line Busting Ability Virtual Menu Boards Food Labeling Payment Processing Gift Cards Point of Sale Hardware Point of Sale Peripherals PIN Pads PIV Readers for 2 Factor Authentication Scanners Printers Cash Drawers Operating System Handheld Scanner Food Mobile Application Ordering Solution Financial Management System Describe your approach to establish interfaces with listed systems in the PWS. Is more information needed, if so what kind? Are there any additional recommended EDIs that could be added to the RPM solution? Indicate any intermediate to advanced skillsets that may be required for VCS utilize RPM solution reporting and data input capabilities. Detail if your solution will be hosted on the VA Enterprise Cloud (VAEC), considered a Software as a Service (SaaS), or other? Is your solution VA FedRAMP High approved or can meet the VA FedRAMP High requirements? If the solution would be hosted on the VAEC, do you have a recommended Cloud Service Provider (CSP) for your RPM solution? For your reference, please see the attachment related to hosting. Are there any potential risks in implementing the solution to consider? What is the estimated length of time for how long your solution will take to successfully deploy? Provide a Rough Order of Magnitude (ROM) estimate for implementation of the RPM Solution and four 12-month option periods for maintenance support renewals. Include anticipated labor categories, hours, rates as part of this ROM. What are you license terms and conditions? Describe what type of training is provided with your solution and any recommendations related to how a workforce consisting of hundreds of users would be transitioned to your solution. Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the services to be performed under this effort? ____Yes _____ No (if no, answer questions below) 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3b218d892e574cb6ad7f1c55b0401205/view)
- Record
- SN06520711-F 20221119/221117230105 (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 |